Notice of Intent to Sole Source
The Defense Health Agency intends to negotiate on a sole source basis (IAW FAR 13. 106-1(b)(1), Only One source reasonably available. The proposed source is Rees Scientific Corporation is the only source that can provide annual maintenance for new and existing systems with Rees software.
This is a Notice of Intent to Award a Sole Source Contract and is not a request for competitive quotes. Reference#: HT941025N0089
Rees Scientific Corporation
1007 Whitehead Road Ext
Ewing, New Jersey
08638-2428, United States
The objective of this sole source is to award new and existing systems with Rees Software, AMP battery, Lithium Battery for Z3 wireless transmitters, Comprehensive system test verifies, calibrates and documents all system functions including readings, databases, alarms, dial-outs, outputs, reports, and user programming. All system inputs will be verified and calibrated. Provide 24 hours per day and seven days per week support of the equipment associated with the alarm system by a technical support group. Vendor must provide proof from the contracted company or corporation that it has legal access to Rees Scientific's software licenses and must supply OEM parts during service and upgrades. Vendor must also supply only new hardware components/modules (including up to date Wireless 2.4 GHz transmitters). Annual maintenance must also include the latest approved software release at the time of validation. "No exceptions will be accepted". See SOW
New and existing systems with Rees Software
6 Volt 1.4 AMP Battery
3.6 Volt Lithium Battery for Z3 wireless transmitters
Location: Medical Clinic Beale Air Force Base California. 95961
This requirement is for base year plus 4 option years. The period of performance is as follow:
Base year: 06/01/2025 to 05/31/2026
Option year 1: 06/01/2026 to 05/31/2027
Option year 2: 06/01/2027 to 05/31/2028
Option year 3: 06/01/2028 to 05/31/2029
Option year 4: 06/01/2029 to 05/31/2030
There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334290, the business size standard is 800 (number of employees). This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. 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.
If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to: Jojie N. Urrete @ jojie.n.urrete.civ@health.mil . Closing date for challenges is no later than 0800 AM PST on 05/20/2025. No phone calls will be accepted.