Navigate the lattice: hubs for browsing, trends for pricing signals.
HT941026N0021
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE SERVICES CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Healthcare Contracting Division- West (HCD-W), intends to award a firm fixed price contract for STERRAD Installation, Training, and Preventive Maintenance Services in support of BioMed Department, Naval Hospital Guam in accordance with Federal Acquisition Regulation FAR 13.106-1(b)(1)(i), only one source being available to meet the Government’s needs, to:
Advanced Sterilization Products Services Inc. Unique Entity ID: JC26PZMQGLH8 CAGE: 8AXP0 33 Technology Dr, Irvine CA 92618 USA
Period of Performance:
Base: 3/1/2026-2/28/2027
Option 1: 3/1/2027-2/28/2028
Option 2: 3/1/2028-2/28/2029
Option 3: 3/1/2029-2/28/2030
Advanced Sterilization Products Services Inc. (ASP) will be providing preventative maintenance services for both existing and new STERRAD Systems owned and utilized by Naval Hospital Guam. This contract will replace contract number HT941024P0173 and will consist of a Base Year along with three (3) additional option years. The rationale for the absence of competitive opportunities is outlined below. ASP has independently determined that only personnel who have been specifically trained and certified by ASP will be authorized to provide service for STERRAD Systems. This training is tailored to the product. Authorized service personnel include:
•ASP-trained service employees
•Third-party service providers, trained by the original equipment manufacturer (OEM), who are contractedwith ASP to perform services on its behalf
•Customers who have completed product-specific Biomed Training offered by ASP
Currently, ASP does not have any formal business relationships with small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), to service ASP systems or supply OEM parts. Furthermore, ASP has not trained personnel from any small business socioeconomic category on servicing ASP systems. Therefore, ASP is the sole entity authorized to carry out all scheduled preventive maintenance, corrective maintenance, repairs, OEM parts supply, calibrations, telephone support, and provide full access to ASP’s software necessary for calibration and repairs for the Government.
It is important to note that any service attempted or performed by unauthorized personnel will void ASP warranties and/or service agreements for the specific system, as per the provisions of ASP’s product warranty policy and service agreements. Additionally, approved and proprietary parts required for servicing ASP systems are exclusively available to ASP-authorized personnel as described above. Based on these facts, there are no opportunities for competition.
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 for United States Naval Hospital Guam. Capability statements shall not exceed six (8.5 x 11 inch) pages using a font size no smaller than 10-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 a competitive procurement or to proceed with a sole source purchase order.
If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to Uyen Tran at uyen.t.tran6.civ@health.mil. The closing date for challenges is no later than 1:00 pm Pacific Standard Time, 5 February 2026. NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.