Notice of Intent to Sole Source
HT941026N0010
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE NON-PERSONAL SERVICES
CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency
Contracting Activity (DHACA), Healthcare Contracting Division - West (HCD-W), San Diego, intends to negotiate and award a firm fixed price contract for Annual Preventive maintenance (PM) services. These services are required for Government-owned Hologic Japan Inc, Outside the Continental of the United States (OCONUS) in support of United States Naval Hospital Okinawa (USNHO), Japan in accordance with Federal Acquisition Regulation FAR 13.106-1(b)(1)(i), only one source being available to meet the Government’s needs, to:
Hologic Japan Inc
250 Campus DR,
Marlborough, MA 01752-3020
United States
The North American Industry Classification System (NAICS) code for this requirement is 339114–
Electronic and Precision Equipment Repair and Maintenance and the business size standard is $34.0 million. The Product Service Code (PSC) is J065 – Maint/Repair/Rebuild Of Equipment- Medical, Dental, And Veterinary Equipment And Supplies.
The objective of this sole source award is to procure annual preventive maintenance (PM) services in accordance with the Original Equipment Manufacturer (OEM) PM checklists for HOLOGIC PANTHER Laboratory nucleic acid test equipment. Maintaining the Hologic Panther system's performance according to manufacturer specifications, including annual preventive maintenance (PM), is crucial. These manufacturer-recommended PMs are required to ensure accurate and reliable results, maintain compliance with regulatory requirements for nucleic acid testing, and directly impact patient care decisions.
Hologic Japan Inc. is the Original Equipment Manufacturer (OEM) and the only responsible source capable of providing annual preventive maintenance (PM) services. Market research confirmed Hologic Japan, the Original Equipment Manufacturer (OEM) of the Hologic Panther Laboratory nucleic acid test equipment, is the sole provider of these PM services. They do not authorize third-party entities to perform PM on their Panther analyzers. A sole-source letter is available from Hologic Japan.
This notice of intent is not a request for competitive proposals, and no solicitation document exists for this 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 provide the required services for United States Naval Hospital Okinawa. Capability statements shall not exceed six (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.
If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to Ashley Hodge at ashley.n.hodge4.civ@health.mil. The closing date for challenges is no later than 8:00am Pacific Daylight Time, 10 December 2025.
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED