Inactive
Notice ID:HT941024N0092
Notice of Intent to Sole Source HT941024N0092 THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE NON-PERSONAL SERVICES CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Co...
Notice of Intent to Sole Source HT941024N0092 THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE NON-PERSONAL SERVICES CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Western Healthcare Operations Contracting Division (WHOCD), San Diego, intends to negotiate and award a firm fixed price contract for Biofire Global Fever Test Kits and Biofire Shield Control Kits, Outside the Continental of the United States (OCONUS) in support of United States Naval Hospital Okinawa (USNHO), Japan in accordance with Federal Acquisition Regulation FAR 13.501(a), only one source being available to meet the Government’s needs, to: BIOFIRE DEFENSE LLC 79 W 4500 S STE 14 Salt Lake City, UT 84107-2663 The North American Industry Classification System (NAICS) code for this requirement is 325413 – In-Vitro Diagnostic Substance Manufacturing and the business size standard is 1,250 # of employees. The Product Service Code (PSC) is 6550 – In-Vitro Diagnostic Substances, Reagents, Test Kits, and Sets. The objective of this sole source award is to procure supplies for USNHO. USNHO requires a one-time purchase of the BioFire Global Fever Special Pathogens IVD panel, and the accompanying Shield Control Kit used in the Government-owned BioFire Film Array Torch System, a platform used to detect viruses, bacteria, and protozoa. Biofire Defense LLC is the Original Equipment Manufacturer (OEM) of the Torch system, Global Fever Special Pathogens Test Kits, and Global Fever Pathogens Shield Control Kits. These kits are only available to be ordered through BioFire Defense LLC. The anticipated period of performance is for a one-time purchase and no option periods. 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 services for United States Naval Hospital Okinawa. 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 Adrian Nerida at adrian.m.nerida.civ@health.mil. The closing date for challenges is no later than 10:00am Pacific Daylight Time, 05 July 2024. NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.