Inactive
Notice ID:12406740
General Information Document Type: Sources Sought Posted Date: March 5, 2026 Response due Date: March 16, 2026. Product or Service Code: J065 – Maintenance, Repair, and Rebuilding of Equipment: Medica...
General Information Document Type: Sources Sought Posted Date: March 5, 2026 Response due Date: March 16, 2026. Product or Service Code: J065 – Maintenance, Repair, and Rebuilding of Equipment: Medical, Dental, and Veterinary Equipment and Supplies NAICS Code: 811210 – Electronic and Precision Equipment Repair and Maintenance The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, with expertise, capabilities, and experience to successfully provide X-Ray equipment installation and repair. The Defense Health Agency Contracting Activity (DHACA) on behalf of Navy Medicine Readiness and Training Command (NMRTC) Annapolis desires to procure and install (1) KIT-GROUP C, 65KW #P 380-480 VAC,SP generator (Part Number: SPAM6288), in an existing Carestream DRX-LC Long-Length imaging detector. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to the sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. In response to this source sought, please provide: Name of the firm Point of contact with phone number and email address DUNS number & CAGE code Statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. The points of contact for this action are Matthew S. Tsueda, Contracts Specialist Email: Matthew.S.Tsueda.ctr@Health.Mil or Gregory M. Crump, Contracting Officer; Email: Gregory.M.Crump.CIV@Health.Mil.