Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2025 SAM #8557
SOURCES SOUGHT

J -- Equipment Maintenance, Repair, and Calibration Services for SEAL DEENA Block Digestors

Notice Date
4/29/2025 1:04:23 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
PANDHA-25-P-0000-013154
 
Response Due
5/14/2025 8:00:00 AM
 
Archive Date
05/29/2025
 
Point of Contact
Kenneth Grenier, Phone: 3016192728, Erin Maddox, Phone: 4104361272
 
E-Mail Address
kenneth.e.grenier2.civ@health.mil, ERIN.J.MADDOX.CIV@HEALTH.MIL
(kenneth.e.grenier2.civ@health.mil, ERIN.J.MADDOX.CIV@HEALTH.MIL)
 
Description
This is a Notice of Intent to issue an award on the basis of other than full and open competition under Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i) in accordance with 41 U.S.C. 1901. The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a firm-fixed price contract award to SEAL Analytical, Inc., located at 6501 West Donges Bay, Road, Mequon, WI 53092, in support of the Defense Centers for Public Health-Aberdeen (DCPH-A) located at 8300 Ricketts Point Road, Building 2850, Aberdeen Proving Ground South, MD 21010. The requirement is for the procurement of Preventative Maintenance and Repair Services for SEAL Block Digestor DEENA, Model# DEENA B, and the SEAL Block Digestor DEENA, Model# DEENA II equipment. The DCPH-A requires annual preventative maintenance and unlimited repair services using SEAL Analytical, Inc. certified parts; software support services; software updates; and unlimited technical support calls on laboratory instruments in support of the Laboratory Sciences (LS) Directorate. These services are necessary for the DCPH-A LS Directorate mission to provide comprehensive chemical, biological, radiological, and entomological analysis for a wide variety of environmental and industrial hygiene samples in support of Army and DoD public health enterprise requirements, providing consultation and access to accredited methods support, with results and data analysis reporting through state-of-the-art electronic data deliverables to customers worldwide. The equipment requiring preventative maintenance and repair services for this requirement has a period of performance of a 12-month base period and are uniquely designed and released by SEAL Analytical, Inc. SEAL Analytical, Inc. is the only original equipment manufacturer (OEM) approved source for SEAL Analytical, Inc. equipment. SEAL DEENA Instrument Service is the professional service offered by SEAL Analytical, Inc. for the maintenance and service of SEAL DEENA automated systems. SEAL DEENA Instrument Service is the only organization accredited by the OEM to repair, qualify, calibrate, upgrade, maintain and move SEAL DEENA Instruments. Required proprietary service software and patches are available only directly from SEAL Analytical, Inc. SEAL Analytical, Inc. also manufactures, calibrates, certifies and stocks all parts necessary for the repair, calibration and maintenance of SEAL Analytical, Inc. instruments. These exclusively developed and validated parts are not available from any other source or vendor. It is understood that there are 3rd party �coordination organizations� who may be able to submit a proposal for this service, however, there have been numerous experiences with these organizations and their services have been found to be inadequate. They are unable to directly service the equipment and as a result, they are unable to meet turnaround time expectations, and they end up coordinating with the original vendor for the service but are not considered high priority. As a result, SEAL Analytical, Inc. is the sole source for providing Preventative Maintenance and Repair of SEAL DEENA Equipment. The North American Industry Classification System (NAICS) for this requirement is 811210 � Electronic and Precision Equipment Repair and Maintenance; and the Product and Service Code is J066� Maintenance, Repair and Rebuilding of Equipment � Instruments and Laboratory Equipment. This Notice of Intent is not a request for competitive proposals, and no solicitation document will be posted for this requirement. However, parties interested in responding to this notice shall submit a capability statement sufficient to determine capability in providing the same services. All capability statements received by closing of this notification of this synopsis will be considered by the Government. Submissions that request documentation, request additional information or that solely ask questions will be determined to not be an affirmative response. Responses determined to not be an affirmative response are not valid and no further action may be taken with the response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement fulfills the synopsis requirements under FAR 5.102(a) and 5.203(a). If no written responses are received by the date below, which reflects at least fifteen (15) days after publication of this notice, the solicitation will be issued as a sole source without further notice. Contract award is anticipated to be made by 01 July 2025. Please submit all questions and responses concerning this notice to the Contract Specialist, Kenneth Grenier at kenneth.e.grenier2.civ@health.mil. Statements are due no later than 11:00 AM Eastern Daylight Time (EDT) on 14 May 2025. No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/70bcd6d02e884563b7c3faff0331dd74/view)
 
Place of Performance
Address: MD 21010, USA
Zip Code: 21010
Country: USA
 
Record
SN07425371-F 20250501/250429230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.