Opportunity
SAM #HT941026N0048
Annual Maintenance and Calibration for Rees Scientific Environmental Monitoring System at Yokota Air Base
Buyer
Defense Health Agency
Posted
April 15, 2026
Respond By
April 20, 2026
Identifier
HT941026N0048
NAICS
811219, 811210
This opportunity involves annual maintenance and calibration services for the Rees Scientific Environmental Monitoring System at the 374th Medical Group, Yokota Air Base, Japan. - Government Buyer: - Defense Health Agency Contracting Activity (DHACA), Western Markets Contracting Division (WMCD), San Diego - U.S. Air Force, 374th Medical Group - OEM and Vendor: - Rees Scientific Corporation (OEM and sole authorized service provider) - Products/Services Requested: - Annual preventive maintenance and calibration of the Rees Scientific Environmental Monitoring System - Includes: comprehensive preventative maintenance, inspection, calibration of sensors, system upgrades, adjustments, safety and operational checks, technical support, software and hardware updates, field modifications, on-site refresher training, validation documentation, and remedial maintenance - One year of parts, labor, onsite service, and 24-hour response time for service calls - Annual training for Medical Maintenance personnel (on-site or off-site) - Unique/Notable Requirements: - Only Rees Scientific is authorized to perform these services due to proprietary equipment and software - Contractor must provide OEM-certified parts and trained personnel - Compliance with HIPAA and security requirements for access to Yokota Air Base - Remedial maintenance must restore equipment to manufacturer specifications within five working days - Place of Performance: - 374th Medical Group, Yokota Air Base, Japan (including Medical Maintenance section, Building 4408, Room 118) - Period of Performance: - One base year with four option years - No specific part numbers or purchase quantities provided
Description
Notice of Intent to Sole Source
HT941026N0048
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), Western Markets Contracting Division (WMCD), San Diego, intends to negotiate and award a firm fixed price contract for Rees Scientific Environmental Monitoring System annual service and preventive maintenance in accordance with Federal Acquisition Regulation (FAR) 12.102(a) only one source being available to meet the Government’s needs, to:
Rees Scientific Corporation
1007 Whitehead Road Ext
Trenton, NJ 08638
United States
The North American Industry Classification System (NAICS) code for this requirement is 811210 – Electronic and Precision Equipment Repair and Maintenance; the business size standard is $34,000,000. The Product Service Code (PSC) is J065 – Maintenance, Repair, and Rebuilding of Equipment—Medical, Dental, and Veterinary Equipment and Supplies.
The objective of this sole source award is to procure non-personal services to perform comprehensive preventative maintenance, inspection, calibration, system upgrades, adjustments, safety and operational checks to ensure the environmental monitoring system being utilized at the Military Treatment Facility located below meet the manufacturer’s specifications and applicable regulatory requirements. Services include technical support, on-site refresher training, and validation documentation to satisfy regulatory authorities. The anticipated period of performance is for one base year and four option years (1 May 2026 – 30 April 2031).
The work shall be performed at the following location in accordance with the Performance Work Statement:
374th Medical Group
Yokota Air Base Unit 5071
Yokota Japan
Based on market research, Rees Scientific Corporation is the only source that can perform repairs or upgrades to the Rees Environmental Monitoring System due to the proprietary nature of the equipment and software. No other company has authorized hardware or source code for software upgrades.
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 at the above locations and are able to provide valid certification to provide service validated by Rees Scientific Corporation. Capability statements shall not exceed four (8.5 x 11 inch) pages using a font size no smaller than 12-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 competitive procurement or to proceed with a sole source purchase order under the authority of FAR 12.102(a).
If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to Raphael Badagbor at raphael.k.badagbor.civ@health.mil. The closing date for challenges is no later than 0800 Pacific Time, 20 April 2026.
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.