Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2024 SAM #8289
SPECIAL NOTICE

66 -- Notice of Intent to Sole Source bioMerieux Analyzer Services

Notice Date
8/5/2024 12:31:23 PM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
 
ZIP Code
22042
 
Solicitation Number
HT940624Q0076
 
Response Due
8/7/2024 8:00:00 AM
 
Archive Date
08/22/2024
 
Point of Contact
Ryan Poe
 
E-Mail Address
ryan.t.poe.civ@health.mil
(ryan.t.poe.civ@health.mil)
 
Description
Notice of Intent The Defense Health Agency (DHA) intends to negotiate on a sole source basis in accordance with FAR part 8.405-6(a)(1)(i)(B) Only One Source is Capable. The proposed source is bioMerieux Inc, 515 S Colorow Dr, Salt Lake City, Utah 84108-1248. This acquisition is for one automated blood culture analyzer and one automated susceptibility, organisms� identification analyzer. This contract shall include reagents, quality control, and maintenance, and consumable reagents for Naval Hospital (NH) Jacksonville, FL. It is the contractor�s responsibility to be familiar with the applicable FAR and DFARS clauses and provisions. The FAR and DFARS clauses may be accessed in full text at the below-referenced addresses: FAR Clauses: http://acquisition.gov/browsefar DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ This acquisition is for a one-year award to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personnel services necessary to perform Microbiology Automated Blood Culture Analyzer supplies and services support. The contractor shall provide one automated blood culture analyzer and one automated susceptibility, organisms identification analyzer. This contract shall include reagents, quality control, and maintenance, and consumable reagents for NH Jacksonville. The analyzers shall be compatible with each other to form a microbiology analyzer system and capable of meeting a total minimum workload of 3,000 cultures per year. The analyzers shall utilize a combined workstation with data management software. The data management software shall combine patient data and results to produce customizable reports. The analyzers shall be capable of performing blood analysis to detect bacteria in blood and the susceptibility microbiology analyzer shall be a fully automated analyzer capable of identifying organisms and performing susceptibility testing. The Analyzer must currently be approved for Authorized to Operate (ATO) within the DoD Facility. Required reagents include the following: -BACT/ALERT FN PLUS (PLASTIC) 100 BTLS -BACT/ALERT FA PLUS (PLASTIC) 100 BTLS -BACT/ALERT PF PLUS (PLASTIC) 100 BTLS -BACT/ALERT SN (PLASTIC) 100 BTLS -BACT/ALERT SA (PLASTIC) 100 BTLS -GP TEST KIT VTK2 20 CARDS -GN TEST KIT VTK2 20 CARDS -ANC TEST KIT VTK2 20 CARDS -AST-GN67 TEST KIT 20 CARDS������ -AST-ST02 TEST KIT 20 CARDS -AST-GP67 TEST KIT 20 CARDS The contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. The Field Service Engineers shall be original equipment manufacturer (OEM) trained, experienced, and English-speaking personnel. The covered contractor information system shall be subject to the security requirements in DHA AI 042, �Security of Unclassified DoD Information on non-TMA Information Systems�, DoDI 8582.01, �Security of Unclassified DoD Information on non-DoD Information Systems�, and National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, �Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations� (available via the internet at http://dx.doi.org/10.6028/NIST.SP.800-171) in effect at the time the solicitation is issued or as authorized by the Contracting Officer.� (User will need to include all cybersecurity requirements if applicable.� See DHA-IPM 18-015 The Contractor shall maintain within the United States or US territories all Government data that is not physically located on DoD premises, unless the Contractor receives written notification from the Contracting Officer to use another location, in accordance with DFARS 239.7602-2(a). Instructions to Vendors There are no set-aside restrictions for this requirement. The North American Industry Classification System (NAICS) Code is 334516 - Analytical Laboratory Instrument Manufacturing. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement; however, if a vendor challenges the basis for this requirement, please submit a capability statement that includes sufficient detail and with convincing evidence that clearly demonstrates the capability to submit a product meeting the minimum requirements specified above.� Capability statements shall not exceed 5 (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 submission 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 procurement. Responses Submission Capability statements are due by 11:00 A.M. EST, 7 August 2024. Capability statements shall be submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to ryan.t.poe.civ@health.mil. No phone calls will be accepted. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c0f38a119d0b424c9f6d73c005720b8b/view)
 
Place of Performance
Address: Jacksonville, FL 32210, USA
Zip Code: 32210
Country: USA
 
Record
SN07156017-F 20240807/240805230113 (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.