NOTICE OF INTENT TO SOLE SOURCE – Top 550 and Top 350 Fully Automated Coagulation Analyzers
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159890038555928 |
Posted Date: | Mar 5, 2024 |
Due Date: | Mar 21, 2024 |
Source: | https://sam.gov/opp/6536222ff7... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Mar 05, 2024 01:53 pm EST
- Original Response Date: Mar 21, 2024 10:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Apr 05, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 6550 - IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS
-
NAICS Code:
- 325413 - In-Vitro Diagnostic Substance Manufacturing
-
Place of Performance:
Camp Lejeune , NC 28547USA
The Defense Health Agency (DHA) intends to award a sole source contract under the authority of FAR 8.405-6(a)(1)(i)(B)—Federal Supply Schedule, only one source is capable of providing the supplies or services to Werfen USA, LLC, 180 Hartwell Rd, Bedford, MA 01730 USA, CAGE Code 22270 for the provision of services, materials, and equipment necessary to provide the required analyzers to Naval Medical Center Camp Lejeune, (NMCCL). The period of performance is 01 April 2024 through 31 March 2025 with only a base year.
Werfen will provide NMCCL Top 550 and Top 350 fully automated coagulation analyzers with consumable reagents, computer, monitor, software, printers, and other required hardware necessary for full operation of the following test menu: Prothrombin Time, Activated Partial Thrombin Time, Fibrinogen, D-Dimer and Anti-Xa (LMWH and UFH). The requirement also includes reagents, quality control, maintenance and consumables not offered on a cost-per-test or cost-per-reportable option. The contracted units shall be capable of performing general coagulation and specialized coagulation testing for a minimum annual workload of approximately 10,000 tests.
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 vendor shall be required to provide documentation from the manufacturer stating the vendor is an authorized service provider on the required equipment/system. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.
This Notice of Intent is neither a formal solicitation, nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made based on unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the Government. The intent of this notice is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government to not compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via email to Lendorph Ramos at lendorph.e.ramos.civ@health.mil with the following information referenced in the subject line, HT940624Q0034 – Top 550 and Top 350 Fully Automated Coagulation Analyzers. All interested parties who are responsible, certified, and capable may identify their interest and may submit a capabilities statement no later than 10:00AM Eastern Standard Time (EST) 21 March 2024 to the above listed contact. The interested parties bear full responsibility to ensure complete transmission and timely receipt.
- CONTRACTING OFFICE-TIDEWATER 7700 ARLINGTON BLVD, ATTN SE DIV
- FALLS CHURCH , VA 22042
- USA
- Gerrie Johnson
- gerrie.m.johnson.civ@health.mil
- Mar 05, 2024 01:53 pm ESTPresolicitation (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.