Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2024 SAM #8292
SPECIAL NOTICE

J -- Maintenance Services

Notice Date
8/8/2024 12:50:39 PM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
DEFENSE HEALTH AGENCY (DHA)
 
ZIP Code
00000
 
Solicitation Number
HT942524R0141
 
Response Due
8/23/2024 11:00:00 AM
 
Archive Date
09/07/2024
 
Point of Contact
Christopher Cook, Phone: 3016192640
 
E-Mail Address
christopher.l.cook68.civ@health.mil
(christopher.l.cook68.civ@health.mil)
 
Description
This notice announces the intent by the U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of the Defense Health Agency (DHA), Armed Forces Medical Examiner System (AFMES), and Division of Forensic Toxicology (DFT) located at Dover Air Force Base to negotiate on a sole source basis (IAW FAR 13.501) with AB Sciex LLC. Only AB Sciex LLC of 1201 Radio Road, Redwood City, CA 94065-1217 can provide consolidated non-personal maintenance services contract for designated AB Sciex laboratory equipment within the DFT. The authority cited for this procurement is under FAR 13.501(a)(1)(i): Only one source reasonably available. AFMES has a requirement for a consolidated non-personal maintenance services contract for designated AB Sciex laboratory equipment within the DFT. The Firm Fixed Price (FFP) Maintenance includes regularly scheduled preventative maintenance, inspections, calibrations, and corrective/repair maintenance tasks. The aggregate number of equipment covered under the contract shall fluctuate throughout the term of the contract. This fluctuation may result from the removal of aged, non-repairable, past service life, or past useful life equipment from the service contract, and the addition of new, warranty free equipment or equipment currently on inventory. The equipment must be maintained within the original equipment manufacturer (OEM) specifications, in like new or better condition; therefore, no effort will be made to solicit offers from any other potential sources as there is only one known source capable of providing the required equipment maintenance service. AB Sciex LLC is the OEM and the only company that can provide the required maintenance services, while ensuring the instrument's performance, calibration, and functionality are not compromised. No other company can provide maintenance on AB Sciex equipment as they have no authorized third parties to perform this service. This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 811210 with a small business Size Standard of $34.0. This Special Notice of Intent is not a request for competitive quotes and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by closing of this notification of this synopsis will be considered by the Government. 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based on the information above the only technically acceptable solution is provided by AB Sciex LLC. All questions and responses concerning this notice shall be emailed to Christopher L. Cook at christopher.l.cook68.civ@health.mil, reference number HT942524R0141 in the subject line. Interested concerns must identify their capability in writing to the above email address listed above no later than 2:00pm Local ET, 23 August 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c6b4a36f28254a91bd1efce6c2ccbd98/view)
 
Place of Performance
Address: Dover AFB, DE, USA
Country: USA
 
Record
SN07161732-F 20240810/240808230114 (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.