Stryker ProCare Services (Sole Source)

SOL #: N0060426Q4005Combined Synopsis/SolicitationSole Source

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR PEARL HARBOR
PEARL HARBOR, HI, 96860-4549, United States

Place of Performance

JBPHH, HI

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Fire Fighting, Rescue, And Safety Equipment; And Environmental Protection Equipment And Materials (J042)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 4, 2026
2
Submission Deadline
Feb 13, 2026, 12:00 AM

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 NAVSUP Fleet Logistics Center (FLC) Pearl Harbor intends to award an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Stryker ProCare Prevent Service Plan for EMS Power Cots (model 6506) and EMS Power Load (model 6390) at JBPHH, HI. This is a combined synopsis/solicitation for an intended sole source procurement. Responses from interested parties are due February 12, 2026, at 1400 HST.

Scope of Work

The contract requires maintenance services under the Stryker ProCare Prevent Service Plan for specific Stryker medical equipment. This includes:

  • EMS Power Cots (model 6506): Minimum 1 unit, maximum 10 units per period.
  • EMS Power Load (model 6390): Minimum 1 unit, maximum 10 units per period. Services will be performed according to the provided Performance Work Statement (PWS).

Contract & Timeline

  • Type: Firm-Fixed Price (FFP), Single Award Indefinite Delivery, Indefinite Quantity (IDIQ) service contract.
  • Duration: A base period from March 1, 2026, to February 28, 2027, with four one-year option periods, extending the potential contract duration through February 28, 2031.
  • Set-Aside: This action is intended as a sole source procurement under FAR 13.501(a)(1)(ii), meaning the Government plans to negotiate with one source. However, interested persons may identify their interest and capability to respond.
  • Response Due: February 12, 2026, 1400 HST.
  • Published: February 4, 2026.
  • NAICS Code: 811210 (Small Business Size Standard: $22.0 Million).

Evaluation

Award will be based on a combination of factors: price, the quoter taking no exception to the PWS, and a determination of responsibility in accordance with FAR 9.1. All quoters must be registered in the System for Award Management (SAM) database at http://www.sam.gov/.

Submission Requirements

Quotes must include:

  • Price(s)
  • FOB point
  • Point of contact name and phone number
  • GSA contract number (if applicable)
  • Business size
  • Payment terms Quotes exceeding 10 pages will not be accepted by facsimile. Each response must clearly demonstrate the quoter's capability to meet all specifications and requirements.

Additional Notes

This is a combined synopsis/solicitation using Simplified Acquisition Procedures under FAR Part 13. The Government will consider all proposals received within forty-five days of publication (or thirty days if under an existing BOA) for the purpose of determining whether to conduct a competitive procurement.

People

Points of Contact

paul.j.carrara.civ@us.navy.milPRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
Stryker ProCare Services (Sole Source) | GovScope