Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2025 SAM #8571
SPECIAL NOTICE

J -- Audiology Equipment Calibration and Preventative/Corrective Maintenance

Notice Date
5/13/2025 10:59:46 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
PANDHA-25-P-8425
 
Response Due
5/28/2025 11:00:00 AM
 
Archive Date
06/12/2025
 
Point of Contact
Jeanette Collins, SHANNON LERTORA
 
E-Mail Address
jeanette.m.collins4.civ@health.mil, shannon.p.lertora.civ@health.mil
(jeanette.m.collins4.civ@health.mil, shannon.p.lertora.civ@health.mil)
 
Description
The United States Army Medical Research Acquisition Activity (USAMRAA) on behalf of the Defense Health Agency (DHA), Naval Health Clinic (NCH) � Hawaii intends to execute a firm-fixed price contract, on a sole source basis under the authority of Federal Acquisition Regulation (FAR) 13.106-1(b)(1), to E3 Diagnostics Incorporated (E3), 3333 N Kennicott Avenue, Arlington Heights, Illinois 60004-1429. This requirement is for annual calibration and preventative/corrective maintenance services of diagnostic audiology equipment installed at NHC � Hawaii located at the Joint Base Pearl Harbor-Hickam and the Branch Health Clinic (BHC) � Kaneohe Bay located at the Marine Corps Base Hawaii-Kaneohe Bay (MCBH). See Attachment 1 � Equipment List for an itemized list of equipment to be covered. E3 is the only source able to meet the Government�s requirement. Maintenance services are required to be provided by an Original Equipment Manufacturer (OEM) or an OEM authorized maintenance provider so that the warranty is retained. E3 is the only vendor authorized to service all the equipment within Attachment 1. The OEMs have provided letters stating that E3 is the sole provider of these services. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative 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 be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order. Capability statements should appear on company letterhead and includes affirmation of active registration in the System of Award Management (SAM), your qualifications and any other applicable data or information. Additionally, respondents should indicate whether they are a large business, small business, small-disadvantaged business, 8(a) concern, woman-owned small business, HUBZone, service-disabled veteran-owned small business, or qualify as socially or economically disadvantaged. Capability statements shall be electronically submitted to Jeanette Collins at jeanette.m.collins4.civ@health.mil, and Shannon Lertora at, shannon.p.lertora.civ@health.mil, in either Microsoft Word or Adobe Portable Document Format (PDF), no later than (NLT) 2:00 p.m. local on 28 May 2025. Your response shall reference this Notice ID number (PANDHA-25-P-8452) in the subject line of your e-mail and on all enclosed documents. All data received in response to this Notice of Intent that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b0f53321efea45d19eccf3113eca9821/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN07440473-F 20250515/250513230046 (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.