Search Contract Opportunities

Portable Analytical Instruments Maintenance

ID: W9124J-25-Q-THMO • Type: Sources Sought

Description

Sources Sought Notice
Portable Analytical Instruments Maintenance
For
The U.S. Army Medical Center of Excellence (MEDCoE)
Molecular Diagnostics Training
Fort Sam Houston, TX 78234
W9124J-25-Q-THMO

THIS IS A Sources Sought Synopsis ONLY. The U.S. Government intends to award a contract to provide extended warranty/support for the First Defender RMX and TruDefender system(s) on a SOLE SOURCE basis to Thermo Scientific Portable Analytical Instruments., CAGE CODE: 392A9; UEI: 112893131, in support of the U.S. Army MEDCoE Molecular Diagnostics Training, Fort Sam Houston, TX. While the Government intends to award this acquisition on a sole-source basis, we are committed to exploring competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this notice.

The statutory authority for the sole source procurement is FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization. The anticipated period of performance shall not exceed one (1) Base Year of 12 months and one (1) 12-month option year.

Any information provided in response to the sources sought will not be returned to the responder. Each potential source is also requested to provide the contract number(s), dollar value(s) and a brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements of Technical Services. Firms shall also provide point of contact information where available for the efforts cited above.

Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.

The anticipated NAICS code is: 811210 - Electronic and Precision Equipment Repair and Maintenance; size standard for this NAICS code is $34M. PSC code is J066 Maintenance, Repair, and Rebuilding of Equipment- Instruments and Laboratory Equipment.

This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.

In response to this source sought, please provide the following information:

1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the U.S Army Mission and Installation Contracting Command (MICC) Alternate Advocate for Competition (AAFC), Scott Kukes, at scott.d.kukes.civ@army.mil or 520-944-7373, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

2. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.

7. Recommendations to improve the Army's approach/specifications/draft PWS to acquiring the identified items/services.

8. Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm's potential to fulfil our requirements as depicted in the Draft Performance Work Statement (PWS).

9. Questions regarding this notice shall be submitted on or before 12:00PM CST on 25 April 2025. Government Response will be provided within 5 business days after receipt of all questions.

10. Responses to this notice shall be submitted on or before 12:00PM CST on 06 May 2025 via email to Tanisha Bush, Contract Specialist at tanisha.a.bush.civ@army.mil and Angelic Hatcher, Contracting Officer at angelic.m.hatcher.civ@army.mil.

All questions MUST be in writing. In all responses, please reference W9124J-25-Q-THMO and Portable Analytical Instruments Maintenance. in the subject line. Verbal questions will not be accepted. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted.

Attachment 1: Draft Performance Work Statement

Background
The U.S. Army Medical Center of Excellence (MEDCoE) is seeking to award a contract for extended warranty and support services for the First Defender RMX and TruDefender systems. This initiative supports the Molecular Diagnostics Training at Fort Sam Houston, TX. The government intends to award this contract on a sole-source basis to Thermo Scientific Portable Analytical Instruments, but is open to exploring competitive procurement options.

Work Details
The contractor will provide maintenance and support services for laboratory analyzers used in training programs. The primary objective is to ensure operational teaching equipment is available for personnel from all Services who are being trained as certified operators of these systems. Specific tasks include:

1) Providing all personnel, transportation, supervision, and necessary non-personal services for equipment support;

2) Ensuring maintenance and support services are delivered offsite;

3) Delivering services for one year with an option for additional years as specified in the attached quotation.

Period of Performance
The anticipated period of performance is one (1) Base Year of 12 months with an option for one (1) additional 12-month year.

Place of Performance
The contract will be performed offsite at the contractor's location.

Overview

Response Deadline
May 6, 2025, 1:00 p.m. EDT Past Due
Posted
April 17, 2025, 5:31 p.m. EDT
Set Aside
None
Place of Performance
Lexington, KY 40516 United States
Source
SAM

Current SBA Size Standard
$34 Million
Est. Level of Competition
Sole Source
Odds of Award
41%
Signs of Shaping
61% of similar contracts within the Department of the Army had a set-aside.
On 4/17/25 MICC Fort Sam Houston issued Sources Sought W9124J-25-Q-THMO for Portable Analytical Instruments Maintenance due 5/6/25. The opportunity was issued full & open with NAICS 811210 and PSC J066.
Primary Contact
Name
Tanisha Bush   Profile
Phone
None

Secondary Contact

Name
Angelic M. Hatcher   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
Alternate Advocate for Competition Scott Kukes Profile scott.d.kukes.civ@army.mil (520) 944-7373

Documents

Posted documents for Sources Sought W9124J-25-Q-THMO

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W9124J-25-Q-THMO

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W9124J-25-Q-THMO

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W9124J-25-Q-THMO

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > FDO SAM HOUSTON
FPDS Organization Code
2100-W9124J
Source Organization Code
500045960
Last Updated
April 17, 2025
Last Updated By
tanisha.a.bush.civ@army.mil
Archive Date
May 21, 2025