Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 04, 2024 SAM #8073
SOLICITATION NOTICE

J -- Bayer Injector Systems Maintenance and Repair

Notice Date
1/2/2024 2:10:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
W40M MRCO PACIFIC FORT SHAFTER HI 96858-5098 USA
 
ZIP Code
96858-5098
 
Solicitation Number
W81K0224Q0022
 
Response Due
1/10/2024 10:00:00 AM
 
Archive Date
01/25/2024
 
Point of Contact
Dylan Ford, Scott Barr
 
E-Mail Address
dylan.j.ford.civ@health.mil, scott.a.barr.civ@mail.mil
(dylan.j.ford.civ@health.mil, scott.a.barr.civ@mail.mil)
 
Small Business Set-Aside
SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
 
Description
THIS NOTICE OF INTENT IS NOT A REQUEST FOR QUOTES. A DETERMINATION NOT TO COMPETE THE PROPOSED PROCUREMENT BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. Joint Base Lewis-McChord Health Contracting Branch (JBLM-HCB) hereby provides notice of its intent to award a sole-source, firm fixed price brand name, service contract under the authority of FAR 13.106-1(b)(1)(i) and FAR 19.1406 Service-Disabled Veteran Owned Small Business Concern (SDVOSB). As required by FAR 19.1406 the Contracting Officer is required to consider an award to an SDVOSB prior to considering a small business set aside. As a result, the government intends to direct award to First American Medical Distributors, 151 Heritage Park Drive Suite 201, Murfreesboro, TN, 37129. This requirement is expected to be for one year with an estimated period of performance from February 01, 2024, through January 31, 2025. This requirement is for the procurement for Maintenance and Repair Services for Bayer Injectors Systems. Only Certified Bayer Healthcare service technicians can provide these services because the proprietary software required for system updates and calibration are unique to Bayer Healthcare. The attached Performance Work Statement details the requirements of this anticipated contract action. Market Research has demonstrated that the intended awardee is the only SDVOSB Concern that is able to meet the requirements of this brand name solicitation. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES; no solicitation or RFQ will be forthcoming. Any firm that believes it can provide the stated services can provide supporting documents demonstrating their capabilities and certifications. Interested parties may identify their interest and capability to respond to this requirement no later than 12 January 2024 at 10:00am Pacific Standard Time. All documents submitted will not be returned. Responses received may be used for future acquisitions. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements contained within the attached Performance Work Statement. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements. Interested parties are encouraged to furnish information by email only with subject line stating - RESPONSE TO INTENT TO SOLE SOURCE FOR W81K0224Q0022. Information can be sent to Dylan Ford and Scott Barr at dylan.j.ford.civ@health.mil and scott.a.barr.civ@health.mil. No telephone or facsimile requests will be accepted. This procurement will be prepared in accordance with FAR Part 13, using Simplified Acquisition Procedures. Joint Base Lewis McChord Health Contracting Branch will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. A determination to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Only written responses will be considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fd6d283698494dc3920fa079dfa0cb0f/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA, USA
Country: USA
 
Record
SN06924672-F 20240104/240102230035 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.