Notice of Intent to Sole Source
HT941025N0085
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), Western Markets Contracting Division (WMCD), San Diego, intends to negotiate and award a firm fixed price contract for one Shielded Magnetic Resonance Imaging (MRI) Scanner Lease to include Certified American Registry of Radiologic Technologists (ARRT) MRI Technician(s), Annual Maintenance, Installation and De-Installation services in accordance with Federal Acquisition Regulation FAR 13.501(a), only one source being available to meet the Government’s needs, to:
Redhawk Group International, LLC
9334 Main St
Woodstock, GA 30188-3761
The North American Industry Classification System (NAICS) code for this requirement is 334510 – Electromedical and Electrotherapeutic Apparatus Manufacturing; the business size standard is 1,250 (# of employees). The Product Service Code (PSC) is W065 – Lease or Rental of Equipment Medical, Dental, and Veterinary Equipment, and Supplies.
The objective of this sole source award is to procure non-personal services to lease one Shielded MRI Scanner mounted in a parked transportable unit to include Certified ARRT MRI Technician(s), service maintenance, installation and de-installation services in accordance with (IAW) the Performance Work Statement (PWS) at United States Naval Hospital Yokosuka (USNHY), Japan. All scheduled servicing shall meet all manufacturer (OEM) specifications and applicable regulatory requirements and only allow certified repair personnel to provide maintenance services on equipment.
Services shall include:
Preventive Maintenance for the MRI System IAW the manufacturer’s OEM recommended servicing to ensure system reliability. Service maintenance shall be provided when necessary to complete the required maintenance IAW the PWS.
Provide certified ARRT MRI Technologist(s) for comprehensive operational support and patient scanning IAW the PWS.
Transportation, setup, and Installation of equipment, to include de-installation services when lease is no longer required.
The anticipated period of performance is for one base year and four option years (01 June 2025 - 30 May 2030.
The work shall be performed at the following locations:
USNHY
1-CHOME HON-CHO YOKOSUKA
KANAGAWA 238-0041 JAPAN
Based on market research, Redhawk Group International, LLC, is the only source that can meet the Government’s equipment lease and additional service minimum needs in support of USNY.
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 equipment lease services for USNHY Japan. 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 Gilberto Esteves at gilberto.a.esteves.civ@health.mil. The closing date for challenges is no later than 0800 Pacific Time, 14 May 2025.
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.