SPECIAL NOTICE
J -- Notice of Intent (NOI) to Sole Source to TrillaMed, LLC Temp Trak Temperature and Humidity Sensing monitoring (Copeland Cold Chain LP)
- Notice Date
- 1/7/2025 6:18:39 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25625Q0334
- Response Due
- 1/17/2025 8:00:00 AM
- Archive Date
- 02/01/2025
- Point of Contact
- Anthony Marion, Contracting Officer, Phone: 713-794-7408
- E-Mail Address
-
anthony.marion2@va.gov
(anthony.marion2@va.gov)
- Awardee
- null
- Description
- NOTICE OF INTENT TO AWARD The Network Contracting Office (NCO) 16, located at Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, TX 77056, intends to solicit and award Sole Source, Firm-Fixed-Price, Purchase Order to one Large Business source, TrillaMed, LLC. The purchase order will be for Central Arkansas Veterans Healthcare System (CAVHS) in Little Rock, North Little Rock and all outlying Community-Based Outpatient Clinics (CBOC s) in Arkansas. Copeland Cold Chain LP d/b/a Cooper-Atkins is original equipment manufacturer (OEM) for the Temp Trak Temperature and Humidity Sensing monitoring for the government equipment. TrillaMed, LLC 30100 Telegraph Road, Suite 366 Bingham Farms, MI 48025 Contractor shall service and maintenance for the current system in place, to include any upgrades/new hardware to monitor the temperature and humidity sensors and data base for all required areas of CAVHS. Contractor shall be on site to provide a health check of the system once a year and technical guidance/assistance as needed 24 hours, 7days a week (24/7). The North American Industry Classification (NAICS) code for this acquisition is 811210, Electronic and Precision Equipment Repair and Maintenance. NAIC Size $34,000,000 This procurement is being conducted under Federal Acquisition Regulation (FAR) Parts 12 and 13.5 in accordance with (IAW) FAR Part 13.501 Soliciting from a single source. The anticipated award date is February 3, 2025. The Government intends to award a Firm-Fixed-Price contract. V. Please note that this is not a request for competitive quotes and is being posted for informational purposes only. The government does not anticipate receiving responses to this notice. However, interested parties who disagree with this action may submit a letter of interest that demonstrates your firm s technical expertise, certifications, and authorization to compete for this acquisition to include a rationale for why you should be considered. The government reserves the right to verify any request additional documentation submitted. VI. Interested parties may identify their interests and capability to respond to this requirement within ten (10) calendar days of the publication of this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Interested parties may identify their interest solely via email to Contracting Officer, Anthony Marion, Anthony.marion2@va.gov no later than January 17, 2025, 10:00am Central Standard Time (CST). When responding to this announcement, respondents should include "" 36C25625Q0334 Notice of Intent"" in the subject line. VII. Late responses shall not be accepted. No telephone inquiries will be accepted nor will phone calls be returned. Only emailed responses will be considered. Information received will be utilized solely for determining whether to conduct a competitive procurement. A determination not to compete this proposed acquisition based upon responses to this notice is at the sole discretion of the Government. NOTE 1: Contractor shall be an authorize contractor, trained technician, possess licenses and certification for equipment and services to meet all government requirement. NOTE 2: Contractor shall be authorized from Copeland Cold Chain LP d/b/a Cooper-Atkins to service and provide maintenance for the Temp Trak Temperature and Humidity Sensing. Evidence shall be submitted by an authorization letter or other documents from the Copeland Cold Chain LP d/b/a Cooper-Atkins, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the supplies, equipment and/or services contracts for maintenance of equipment shall be in accordance with the OEM terms and conditions. NOTE 3: The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Contractor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA facility upon discovery of such items. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed contract based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. Questions regarding this notice should be sent to Contracting Officer Anthony Marion no later than January 10, 2025 by 9:00am (cst) at anthony.marion2@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0c0f6482079549f8925921aaa32bae07/view)
- Record
- SN07306563-F 20250109/250107230106 (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 |