SOLICITATION NOTICE
A -- Human Growth Hormone Direct Award to SDVOSB - Justification and Approval for Direct Award to SDVOSB
- Notice Date
- 10/10/2017
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N6264517Q0031
- Archive Date
- 11/12/2017
- Point of Contact
- Jennifer M. Reed, Phone: 3016191200, Thomas L. Hood, Phone: 3016198894
- E-Mail Address
-
jennifer.m.reed20.civ@mail.mil, thomas.l.hood26.civ@mail.mil
(jennifer.m.reed20.civ@mail.mil, thomas.l.hood26.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- N6264517D5044
- Award Date
- 9/30/2017
- Description
- JUSTIFICATION AND APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION I. Contracting Activity. The Naval Medical Logistics Command (NMLC), Fort Detrick, MD is the contracting activity. The requiring activity is the Naval Medical Research Unit San Antonio (NAMRU-SA), located at 36S0 Chambers Pass, Building 3610, JBSA Fort Sam Houston, TX 78234 2. Description of the Action Being Approved. The contract action being proposed is the award of an indefinite delivery, indefinite quantity (IDIQ) contract with Firm Fixed Price (FFP) delivery orders to provide NAMRU- SA with the delivery of lyophilized rhPDGF-BB every two months. The proposed source is Geo-Med, LLC, 1S25 International Pkwy, Suite 3071, Lake Mary, FL, 32746-7646. Geo-Med, LLC is a Service Disabled Veteran Owned Small Business (SDVOSB). 3. Description of Supplies/Services. The Naval Medical Research Unit San Antonio (NAMRU-SA) is in need of delivery of between 400-800 µg lyophilized rhPDGF-BB every two months. The rhPDGF-BB must be from an animal-free source and have a certificate of analysis (COA) verifying 97% purity. 4. Estimated Dollar Value. The estimated maximum value of each of the base and option ordering periods is up to $17,766.84. The total estimated contract value is $88,834.20. Funding will be provided on the firm fixed price delivery orders and are expected to be FY 2017 RDT&E funds in the base period. 5. Statutory Authority Permitting Other Than Full and Open Competition. The Veterans Benefit Act of2003-15 U.S.C 657f, as implemented by FAR 19.1406; Sole Source Awards to Service-disabled Veteran-owned Small Business Concerns. 6. Rationale Justifying Use of Cited Statutory Authority. Per FAR 19.1406(a), "A contracting officer shall consider a contract award to a SDVOSB concern on a sole source basis... before considering small business set-asides... provided none of the exclusions of 19.1404 apply and... " The exclusions are that the order can be satisfied through Federal Prison Industries or Ability one, is a set-aside under GSA or- an IDIQ or that the requirement is currently satisfied through an 8(a). None of the exclusions at FAR 19.1404 apply to this requirement. Market research supports a single indefinite delivery indefinite quantity contract with Firm Fixed Price delivery orders that will be awarded as an SDVOSDB sole source award to Geo-Med, LLC. 7. Description of Efforts Made to Solicit Offers from as Many Offerors as Practicable. Geo-Med, LLC is an SDVOSB that provides the required products. Per FAR l9.l406(a), "A contracting officer shall consider a contract award to a SDVOSB concern on a sole source basis... before considering small business set-asides. For this reason no additional sources were solicited. 8. Determination of Fair and Reasonable Cost. The Contracting Officer will perform a price analysis in order to determine that the anticipated cost to the Government of the services covered by this J&A will be fair and reasonable. 9. Actions to Remove Barriers to Future Competition. For the reasons set forth in Paragraph 6, NMLC has no plans at this time to compete future contracts for the type of services covered by this document. If other potential sources emerge, NMLC will assess whether competition for future requirements is feasible. If future requirements exist that do not involve the same research efforts, the government will solicit through full and open competition to remove barriers. 10. Contracting Point of Contact. The point of contact at Naval Medical Logistics Command is Jennifer M. Reed, Code 05, (301) 619-1200 or by e-mail at Jennifer.m.reed20.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264517Q0031/listing.html)
- Place of Performance
- Address: Naval Medical Research Unit - San Antonio, Fort Sam Houston, Texas, 78234, United States
- Zip Code: 78234
- Zip Code: 78234
- Record
- SN04709514-W 20171012/171010230912-7667fad50bc44cb6ded5f2bd0b50de5f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |