Opportunity

SAM #FA301626Q7084

Sole Source Dental Equipment Maintenance Services at JBSA Lackland (Steris Corporation)

Buyer

502d Contracting Squadron

Posted

May 04, 2026

Respond By

May 14, 2026

Identifier

FA301626Q7084

NAICS

339113, 811219

This notice announces the Air Force's intent to award a sole source contract for dental equipment maintenance services at JBSA Lackland. - Agency: 502d Contracting Squadron, Joint Base San Antonio-Randolph, TX (Air Education and Training Command, Department of the Air Force) - Requirement: Dental Equipment Maintenance services for the 59th Medical Wing at JBSA Lackland - Vendor: Steris Corporation (sole source provider) - Justification: Only one responsible source (Steris) can meet agency requirements (10 U.S.C. 3204(a)(1)) - NAICS Code: 339113 (Surgical and Medical Instrument Manufacturing) - PSC: 6515 (Medical and Surgical Instruments, Equipment, and Supplies) - Opportunity: Government is accepting capability statements (max 6 pages, min 10-point font) from other potential sources; no formal solicitation unless competition is warranted - No specific part numbers, quantities, or detailed technical requirements provided - Place of Performance: JBSA Lackland, TX 78236 - Contracting Office: Joint Base San Antonio-Randolph, TX 78150

Description

The 502d Contracting Squadron, Joint Base San Antonio-Randolph, TX 78150, intends to solicit and award a sole source firm-fixed-price contract to Steris Corporation to provide Dental Equipment Maintenance services in support of 59th Medical Wing, JBSA Lackland, TX 78236. The action will be executed in accordance with Revolutionary Federal Acquisition Regulation (FAR) Overhaul (RFO) Part 12, Acquisition of Commercial Products and Commercial Services, under the authority of 10 U.S.C. 3204(a)(1), "Only one responsible source and no other supplies or services will satisfy agency requirements".

The North American Industry ClassificationSystem (NAICS) code is 339113 with an in-dustry size standard of 1,250 employees and the associated Product Service Code (PSC) is 6515.

This Notice of Intent is not a request for Proposals or Quotations. No solicitation document exists, and no telephone or email inquiries will be accepted. No contract award will be made based on proposals or quotations received in response to this notice. Interested persons may identify their interest and capability to respond to the requirement and should furnish detailed data concerning their capabilities to provide services sought including pricing data and technical data sufficient to determine that a comparable source to the government is available. The government may consider all “Expression of Interest” documentation received prior to 05/14/2026 at 11:00 am CDT

Capability statements shall not exceed 6 (8.5 x 11 inch) pages using a font size no smaller than 10-point. A request for docu-mentation 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 this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered for the sole purpose of determining whether to conduct a competitive procurement. Responses to this notice must be emailed to joy.grubb.1@us.af.mil and sandra.smith.24@us.af.mil by 05/14/2026, at 11:00 am CDT. 

Submitters are responsible for ensuring their email reaches the designated POCS on time. 

View original listing