Inactive
Notice ID:36C26121Q0759
PRE-SOLICITATION NOTICE OF INTENT TO SOLE SOURCE Department of Veterans Affairs (VA) Network Contracting Office 21 (NCO 21) hereby gives notice of the Government s intent to establish a single award f...
PRE-SOLICITATION NOTICE OF INTENT TO SOLE SOURCE Department of Veterans Affairs (VA) Network Contracting Office 21 (NCO 21) hereby gives notice of the Government s intent to establish a single award fixed price indefinite delivery/ indefinite quantity (IDIQ) contract for a period of performance of 5 years with Siemens Healthcare Diagnostics Inc. to acquire Siemens Atellica Cost-Per-Reportable-Result (CPRR) services to run vitamin D, anemia, cancer, cardiac, cardiac markers, fertility, fertility function proteins, Hep/ Aids, hormones, infectious disease, thyroid, and tumor marker tests. This IDIQ will be used as a simplified method of filling anticipated repetitive needs at the VA Southern Nevada Health Care System: 6900 N Pecos Road, North Las Vegas, NV 89086. Determination of this single source procurement is in accordance with Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per 41 U.S.C. § 1901 and as implemented by FAR 13.106-1(b)(2). It is the Government s belief that the proposed candidate is the only provider of Siemens Atellica Cost-Per-Reportable-Result (CPRR) services that can meet the agency s needs. The applicable North American Industry Classification System (NAICS) code is 334516 (Analytical Laboratory Instrument Manufacturing) and the Federal Supply Code (FSC) is 6640 (Laboratory Equipment and Supplies). The Contractor is currently providing the Siemens Atellica Cost-Per-Reportable-Result (CPRR) services to the Michael O Callahan Federal Hospital (MOFH) on Nellis Air Force Base and a contract is being established for the VA Southern Nevada Health Care System to provide continued coordination between the two hospitals, in the event that the analyzers are under maintenance or in the event that there is a lack of supplies and reagents. All responsible sources may submit a quotation, capability statement, and supporting evidence furnished in sufficient detail to demonstrate the ability to comply with the above requirement by July 1, 2021 at 3PM Hawaii Time to be considered. After this time if no alternative sources are found, a sole source solicitation will be posted to this announcement. After consideration, the Government will determine whether to proceed with the sole source acquisition. A Justification and Approval (J&A) will be executed by the Head of Contracting Activity (HCA) for the contract and will be posted to SAM.gov as required by the Federal Acquisition Regulation (FAR) 13.501 (a)(1)(iii).