SOURCES SOUGHT
J -- Notice of Intent to Sole Source: Lease Two (2) Biomerieux Vitek Analyzers, On-site Preventative Maintenance (PM) Services, and Training for U.S. Naval Hospital Guam (USNHG).
- Notice Date
- 9/23/2024 8:39:35 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- HT941024N0161
- Response Due
- 9/24/2024 10:00:00 AM
- Archive Date
- 10/09/2024
- Point of Contact
- April L. Burbage, Renier Valdez
- E-Mail Address
-
april.l.burbage.civ@health.mil, renier.s.valdez.civ@health.mil
(april.l.burbage.civ@health.mil, renier.s.valdez.civ@health.mil)
- Description
- Notice of Intent to Sole Source HT941024N0161 THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE SUPPLY CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Healthcare Contracting Division � West (HCD-W), San Diego, intends to negotiate and award a firm fixed price contract for Biomerieux Vitek Analyzers in accordance with Federal Acquisition Regulation (FAR) 13.501(a) Sole Source acquisitions and FAR 13.106-1(b)(1)(i), only one source being available to meet the Government�s needs, to: MedPharm 136 Kayen Chando Dededo, Guam 96929-5900 The North American Industry Classification System (NAICS) code for this requirement is 811210 - Electronic and Precision Equipment Repair and Maintenance; the business size standard is $34.0M. The Product Service Code (PSC) is J065 - Maintenance, Repair and Rebuilding of Equipment: Medical, Dental, and Veterinary Equipment and Supplies. The objective of this sole source award is to procure two (2) Vitek Compact 2 Analyzers, capable of performing microbial identification and antibiotic susceptibility testing. Tests are requested by a credentialed provider to obtain critical information about the patient�s microbial infections and appropriate antibiotic treatments. A clinical laboratory scientist performs the requested testing and provides the requesting provider with results of the patient�s microbial identification and susceptibility tests. Refer to Vitek Microbiology reference manual for a list of all Gram-Negative, gram Positive, and Yeast identifications tested through the Vitek. Services include preventative maintenance (PM), software upgrades, firmware upgrades, operational checks, and adjustments to on-site equipment in order to ensure the equipment is fully operational and within OEM specifications. The contractor shall ensure a fully operable Vitek 2 Compact analyzer up on completion of any service, parts replacement, hardware upgrade, software upgrade, etc. prior to end of service. Period of Performance will start 01 October 2024 to 30 September 2025 for base year and will include two (2) option years. Base Year: ������ 01 October 2024 to 30 September 2025 Option Year 1: 01 October 2025 to 30 September 2026 Option Year 2:� 01 October 2026 to 30 September 2027 Equipment Lease/Services: Two (2) Biomerieux Vitek 2 Compact Analyzer Lease (Serial No. #21694 and # 21353), PM, and Training Biomerieux is the Original Equipment Manufacturer (OEM) of the the Biomerieux Vitek 2 Compact Analyzers, therefore, the technicians performing the service maintenance are required to be certified to work on their equipment. Biomerieux does have an authorized vendor, MedPharm who can conduct these services and is the only source that can provide the service maintenance located in Guam. All completed work shall be certified to meet OEM specifications. The work shall be performed at: U.S. Naval Hospital Guam (USNHG) Bldg #50, Farenholt Ave Agana Heights, 96910, Guam Based on market research, MedPharm is the only source that can meet the Government�s minimum requirements for Biomerieux Vitek 2 Compact Analyzers. 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 supplies to USNHG. 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 April L. Burbage at april.l.burbage.civ@health.mil. The closing date for challenges is no later than 10:00am Pacific Time, 24 September 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/261a2cd00d3a4d6d9611e0889adda0e8/view)
- Place of Performance
- Address: GU 96910, USA
- Zip Code: 96910
- Country: USA
- Zip Code: 96910
- Record
- SN07221772-F 20240925/240923230118 (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 |