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 Installation of A-DEC Dental Chairs 12ea. These
services are required for Government-owned A-DEC 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:
A-DEC INC
2601 E Crestview DR
Newberg, Oregon
97132-9528, United States
The North American Industry Classification System (NAICS) code for this requirement is 339114–
Dental Equipment and Supplies Manufacturing and the business size standard is 750 - number of
employees. The Product Service Code (PSC) is N065– installation of equipment- medical, dental, and
veterinary equipment and supplies.
The objective of this sole source award is to procure the de-installation of existing dental chairs,
installation of twelve (12) new A-Dec 511B Dental Chairs and 500B Periodontics Dental Equipment
Packages, and blanket-wrapped service. These services are critical to maintaining operational readiness of the Branch Dental Clinic and ensuring the delivery of safe and effective dental care to eligible
beneficiaries. Proper installation and calibration of dental delivery units are paramount due to the
irreversible nature of many dental procedures.
A-Dec Inc. is the Original Equipment Manufacturer (OEM) and the only responsible source capable of
providing the required installation and de-installation services. Market research confirmed that in-house
Biomedical (BIOMED) technicians lack the specialized A-Dec OEM certifications and training necessary
for proper installation, de-installation, and calibration of this equipment. Furthermore, A-Dec Inc. is the
only authorized provider with technicians capable of performing this work on Okinawa, as they do not
currently maintain a dealer network in Japan. Utilizing non-OEM personnel would violate NAVMED P-
5132 Equipment Management Manual (Rev. 12-2015) section 10-4(7).
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, 30 April 2025.
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.