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), intends to negotiate and award a firm fixed price contract for Motorola Solutions Inc. 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:
MOTOROLA SOLUTIONS, INC.
500 W Monroe ST FL44
Chicago, Illinois 60661-3781
The North American Industry Classification System (NAICS) code for this requirement is 811210 – Electronic and Precision Equipment Repair and Maintenance; the business size standard is $34.0 (millions of dollars). The Product Service Code (PSC) is J059 -Maintenance/Repair/Rebuild of Equipment – Electrical and Electronic Equipment Components. The objective of this sole source award is to procure non-personal services for US Naval Hospital Guam Operation Management Department (NHG). NHG has a requirement for preventative maintenance, repair, on-site support of their APX Mobile and Portable Radios and Bi-Directional Amplifiers (BDA) that meets the standards in the statement of work. The anticipated period of performance is for base with four (4)
option years.
Motorola Solutions is the Original Equipment Manufacturer (OEM) and the only responsible source capable of providing the required on-site service and support in Guam at the Motorola Guam Service Center through their Motorola Authorized Maintenance Service Providers network. Market research confirmed that in-house Operation Management staff lack the specialized OEM certifications and training necessary for proper maintenance, repair and calibration of this equipment that meet Motorola’s guidelines. Furthermore, Motorola is the only authorized provider with technicians capable of performing this work on Guam, as the Motorola Guam Service Center is the only Underwriters Laboratories (UL) audited and approved repair center of Motorola UL/IS radios for Guam/Saipan.
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 US Naval Hospital Guam. 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 Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil. The closing date for challenges is no later than 8:00am PDT, 27 May 2025.
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.