This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources and whether or not to conduct this procurement on a competitive basis. The NAICS code is 811210 and the size standard is $34M. Your responses to the information requested will assist the Government in determining the appropriate acquisition method. The Government intends to award a Firm Fixed-Price contract to the successful offeror.
This requirement is for preventive maintenance and repair service for Rees Scientific Centron Temperature Monitoring and Alarm System and all associated temperature monitoring devices at Brian D. Allgood Army Community Hospital and all outlying clinics located at Camp Casey, K-16, Camp Humphreys, Camp Carroll, and Camp Walker. All locations are in South Korea. Services to include all labor, travel, tools, diagnostic equipment, software, materials, parts, and test equipment in accordance with (IAW) Original Equipment Manufacturer (OEM) specifications. The contractor shall provide trained personnel for on-site support, to include labor, travel, tools, hardware, firmware, materials, supplies, parts and test, measurement, & diagnostic equipment (TMDE) necessary to perform all operations in connection with scheduled preventative maintenance (PM) and/or calibration (CAL) procedures as well as unscheduled repair visits as needed in order to maintain the listed equipment and/or its components if any, in a fully functional state, in accordance with (IAW) the Original Equipment Manufacturer (OEM) specifications. Any software updates provided by the OEM for covered equipment that enhances equipment functions and operations without hardware changes shall be installed. All equipment must be in compliance with the Joint Commission (TJC), HIPAA and the NFPA 99 Standard for Health Care Facilities.
The Medical Readiness Contracting Office-Pacific intends to procure and acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing no later than 16 February 2026 at 10:00 AM Hawaii Standard Time. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government.
Vendors are invited to submit information demonstrating their ability to fulfill the requirement in the form of a capability response that addresses the specific requirement identified in this notice. Responses to this notice should include company name, address, telephone number, point of contact (POC), and brochures which will allow the Government to understand your offerings and options. Capability statements should be submitted to the attention of Scott Saito, Contract Specialist, Medical Readiness Contracting Office - Pacific; email scott.k.saito.civ@health.mil. Telephone responses will not be accepted. All vendors providing to the Federal Government are required to be registered in the System for Award Management (SAM) registry with NAICS code 811210.
Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to provide the required services. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential or sensitive information should be included in your response.