This is a Notice of Intent to issue an award on the basis of other than full and open competition under Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i) in accordance with 41 U.S.C. 1901. The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a firm-fixed price contract award to Waters Technologies Corporation, located at 34 Maple Street, Milford, MA 01757, in support of the U.S. Army Medical Research Institute of Chemical Defense (USAMRICD) located at 8350 Ricketts Point Road, Aberdeen Proving Ground, MD 21010-5400. The requirement is for the procurement of Ultra Performance Convergent Chromatography (UPC2) Instrument Equipment Maintenance Services. The contractor shall provide preventative maintenance (PM) and repair services to the UPC2 system. Maintenance and repair includes parts replacement, calibration and certification, instrument tuning, and any other troubleshooting to ensure proper equipment functionality and data collection. The USAMRICD is a world leader in the discovery and development of medical products and knowledge solutions against chemical and acute non-kinetic threats through research, education and training, and consultation. It is through successful partnerships with outside agencies that USAMRICD maintains a high level of excellence.
The equipment requiring preventative maintenance and repair services for this requirement has a period of performance including all options is 1 January 2026 through 31 December 2027 (12month base period plus 1 12month option period).
The Ultra Performance Convergent Chromatography (UPC2) instrument manufactured by Waters Technologies Corporation is a unique liquid/gas chromatography system for analytic analysis of liquid samples using carbon dioxide gas as part of the mobile phase to reduce waste and improve performance for the separation of isomers from racemic mixtures. The system requires unique replaceable fittings and calibration which can only be handled by the originating manufacturer. Approximately 50% of all Waters parts are custom manufactured by Waters Technologies Corporation directly and cannot be alternatively sourced. Waters Technologies Corporation, being the manufacturer of the UPC2 system, are considered the experts and most knowledgeable company for their systems and technologies. Without preventative maintenance services, the UPC2 instrument will drift away from original equipment manufacturer (OEM) settings. Only Waters Technologies Corporation technicians can adequately perform preventative maintenance to the OEM standards and recommendations. If the instrument is not correctly maintained to OEM standards, the correct ions will not be identified, and this will prohibit completion of funded research. The Waters Technologies Corporation UPC2 instrument is the only liquid/gas chromatography system that can separate highly toxic isomers of organophosphorus compounds required for work by the funding agency. Since USAMRICD owns and operates the Waters UPC2 now, USAMRICD is expecting to continue research using this system. The UPC2 is up to date with current technology, and there is no financial, productivity, or research advantages to considering procuring a new instrument.
The North American Industry Classification System (NAICS) for this requirement is 811210 – Electronic and Precision Equipment Repair and Maintenance; and the Product and Service Code is J066– Maintenance, Repair and Rebuilding of Equipment – Instruments and Laboratory Equipment.
This Notice of Intent is not a request for competitive proposals, and no solicitation document will be posted for this requirement. However, parties interested in responding to this notice shall submit a capability statement sufficient to determine capability in providing the same services. All capability statements received by closing of this notification of this synopsis will be considered by the Government.
Submissions that request documentation, request additional information or that solely ask questions will be determined to not be an affirmative response. Responses determined to not be an affirmative response are not valid and no further action may be taken with the 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This announcement fulfills the synopsis requirements under FAR 5.102(a) and 5.203(a). If no written responses are received by the date below, which reflects at least fifteen (15) days after publication of this notice, the solicitation will be issued as a sole source without further notice. Contract award is anticipated to be made by 01 July 2025.
Please submit all questions and responses concerning this notice to the Contract Specialist, Kenneth Grenier at kenneth.e.grenier2.civ@health.mil. Statements are due no later than 11:00 AM Eastern Daylight Time (EDT) on 13 June 2025. No phone calls will be accepted.
See added attachment for equipment list.