NOTICE OF INTENT TO SOLE SOURCE- STERIS EQUIPMENT MAINTENANCE AND SERVICE SUPPORT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The US Army Medical Command, Regional Health Contracting Office – West Branch, intends to award a non-competitive sole source contract to STERIS Corporation for equipment maintenance and service support at Martin Army Community Hospital (MACH), Fort Moore, Georgia. This notice is for informational purposes; it is not a request for competitive proposals. Responses are due by April 23, 2026, 8:30 PM EDT.
Scope of Work
The contract requires annual support and maintenance for STERIS equipment, ensuring 100% compatibility with existing systems at MACH. Services include a comprehensive "Total Care Connect" level, covering:
- Scheduled preventive maintenance (PM) inspections.
- All unscheduled emergency repairs, including parts, labor, travel, and tools.
- Use of only OEM new or OEM-refurbished repair parts.
- Furnishing and installation of all necessary software and firmware upgrades.
Equipment covered includes IW PRO SI, V-PRO MAX 2 STERILIZER, AMSCO 2532 WASHER DISINFECTOR, and AMSCO 400 PVAC units.
Performance Standards
Key performance metrics include:
- Preventive Maintenance: >= 95% on-time PM completions; 100% documentation.
- Emergency Response: Telephone response within 4 hours; on-site response initiated within 48 hours.
- System Downtime: Total inoperable time not to exceed 48 consecutive hours per incident.
- Quality of Repairs: 100% restoration to OEM specs using OEM parts.
- Service Reporting: Initial report on-site; full report within 10 days.
Contract & Timeline
- Contract Type: Notice of Intent to Sole Source (non-competitive)
- Period of Performance: June 1, 2026, to May 31, 2031
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance Services)
- Size Standard: $34 Million
- Response Due: April 23, 2026, 8:30 PM EDT
- Published Date: April 2, 2026
Response Requirements
This notice is not a request for competitive proposals. Any response must provide clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for determining whether to conduct competitive procurement in the future. No proprietary, classified, confidential, or sensitive information should be included.
Special Requirements
Contractor must be the Original Equipment Manufacturer (OEM) or explicitly authorized by the OEM, with documented OEM training and at least 2 years of experience. Compliance with facility safety, security, HIPAA, PII, and WAWF invoicing protocols is mandatory. Personnel must adhere to the tobacco-free campus policy and not be listed on HHS OIG LEIE or TRICARE Sanctioned Provider List.