6640--Notice of Intent to Sole Source BioMérieux PREVI COLOR Service Agreement
ID: 36C25625Q0086Type: Special Notice
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Veterans Affairs intends to award a sole-source contract to BioMérieux, Inc. for a service agreement related to the PREVI® COLOR GRAM at the Alexandria VA Medical Center. This contract will provide 24/7 technical support and repair services, ensuring the efficient operation of this automated gram stainer, which is crucial for standardized microbiology results. The anticipated award date is November 15, 2024, and interested parties must express their capability to meet the requirements by October 29, 2024, including providing evidence of qualifications and OEM authorization. For further inquiries, contact Alan Scanio at alan.scanio@va.gov.

    Point(s) of Contact
    Alan ScanioContract Specialist
    N/A
    N/A
    alan.scanio@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is issuing a Special Notice regarding a Notice of Intent to Sole Source a service agreement with BioMérieux, specifically for the PREVI COLOR service. This action is mandated by federal regulations requiring public dissemination of contract actions, as specified under FAR Part 5.101. The intention behind this notice is to announce that the contract will be awarded to a single responsible source, supported by provisions from 10 U.S.C. 2304 (C) (1) and FAR guidelines indicating that no other vendors can meet the agency's requirements for this service. The response deadline for any inquiries is set for October 29, 2024. The notice includes the relevant product service and NAICS codes, and additional details can be accessed through attached documents outlining a draft statement of work and the notice specifics. Overall, this document serves to comply with federal acquisition transparency requirements while indicating that the VA is prioritizing efficiency by utilizing a sole-source contract for essential services.
    The DRAFT Statement of Work outlines a service agreement for the bioMérieux PREVI® COLOR GRAM utilized by the Alexandria VA Health Care System (AVAHCS). The contract aims to secure a preventative service plan that ensures efficient operation of this automated gram stainer, which provides standardized microbiology results. The contractor, exclusively utilizing certified bioMérieux personnel, will offer 24/7 technical support and manage repairs through replacements. The contract spans one base year with four optional years, emphasizing no service substitutions, and details the invoicing process in line with federal regulations. Service conditions such as the smoke-free facility policy, site rules, and performance monitoring are also articulated. It does not encompass operator training or hazardous material procedures, adhering to strict cleanliness and safety protocols. The outlined timeline includes operational hours and federal holidays observed by the government, reinforcing the structure and requirements set forth in the document. This agreement is crucial for maintaining medical equipment functionality, promoting healthcare efficiency while complying with federal guidelines.
    The government intends to award a sole-source contract to BioMerieux, Inc. for a Service Plan related to the PREVI® COLOR GRAM at the Alexandria VA Medical Center. This contract, executed under specific federal regulations, encompasses 24/7 technical support and repair services through authorized centers. The anticipated award date is November 15, 2024. Interested parties have until October 29, 2024, to express their capability to meet the requirements and provide evidence of their qualifications, including authorization from the Original Equipment Manufacturer (OEM). The contract requires authorized contractors to demonstrate their ability to maintain the equipment properly. The government's discretion will determine whether competitive procurement will occur based on the responses received. The relevant North American Industry Classification System (NAICS) code for this acquisition is 811210, focused on electronic and precision equipment repair. This notice aims to keep the public informed and gather input on the potential for competition while outlining the conditions under which the contract will be executed.
    Lifecycle
    Similar Opportunities
    J065--VISN 6 Biofire Service and Warranty
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source firm fixed price purchase order to bioMérieux, Inc. for comprehensive technical support and maintenance of the BioFire Multiplex testing platform across six VISN 6 facilities, including various Veterans Affairs Medical Centers (VAMCs). This procurement aims to ensure the effective operation of the BioFire system, which is a fully automated multiplex PCR technology capable of rapidly detecting multiple targets from a single sample in approximately one hour, while maintaining compatibility with VA-owned instruments. The government is open to expressions of interest from other contractors within three days of this notice, although no competitive quotations will be solicited, as the contract will be awarded under FAR 6.302-1. Interested parties should direct their inquiries and expressions of interest to the contracting officer, Harold McQuillia, via email at harold.mcquillia@va.gov.
    J065--Biomerieux Maintenance | New Base | Start: 12/5/24
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source, Firm-Fixed Price Contract with Biomerieux for a Myla Service Agreement specifically for the Dayton VA facility in Ohio. This procurement action, conducted under FAR Subpart 13.2, aims to address the service needs of medical, dental, and veterinary equipment, ensuring the operational efficiency of the facility. Interested contractors may submit capabilities statements or quotations for consideration, with responses due by October 31, 2024, at 8:00 AM Eastern Time, directed to Contracting Officer Christopher T. Council via email at Christopher.Council@va.gov. This notice fulfills the publication requirement outlined in FAR 5.201(b)(1) and does not constitute a formal solicitation process.
    J065--Roche Slide Stainer annual PM Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract with Roche Diagnostics Corporation for annual preventive maintenance services for SLID Stainer equipment owned by the VA, specifically for operations at the Puget Sound VA Medical Center in Seattle, WA. This contract is crucial for ensuring the proper functioning and reliability of medical equipment used in patient care. The anticipated award date for this contract is November 1, 2024, and interested parties may submit responses for consideration in future procurements, although no competitive proposals will be solicited at this time. For further inquiries, contact Contract Specialist Tracy Heath at tracy.heath@va.gov or by phone at 253-888-4903.
    6550--Cardinal Microbiology Supplies (VA-25-00014076)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure microbiology supplies through a sole-source contract with Cardinal Health, valued at $165,000 over five years. This procurement is essential for the VISN 1 Network Consolidated Laboratory, as Cardinal Health is the only supplier of specialized microbiology media critical for patient care, which requires familiarity among lab staff and cannot be easily sourced from other vendors without significant validation and retraining. The urgency of this procurement is underscored by the need to maintain high-quality patient care, and the streamlined ordering process with Cardinal Health enhances operational efficiency. Interested parties can contact Contract Specialist Sarah Ballentine at Sarah.Ballentine@va.gov or by phone at 802-295-9363 X-5725 for further details.
    6640--Notice of Intent to Sole Source Blood Gas cobas b221 Reagent Rental Agreement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for a Blood Gas Reagent Rental Agreement with Roche Diagnostics Corporation. This procurement involves the rental of cobas b211 blood gas analyzers, along with maintenance, reagents, quality control supplies, and troubleshooting support for the Jack C. Montgomery VA Medical Center and Ernest Childers VA Health Care Center, ensuring uninterrupted patient testing during the transition to a new long-term contract. Roche Diagnostics is the sole manufacturer and service provider for the cobas b211 analyzers, making competitive bidding unfeasible. Interested parties are invited to express their capabilities by 9:00 AM Mountain Time on October 28, 2024, although this notice is not a request for competitive quotes. For further inquiries, contact Tania Urenda at tania.urenda@va.gov or call 303-712-5730.
    Microbial Testing Supplies - Bridge Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
    6630--Laboratories Alinity Chemistry Analyzer
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, intends to award a sole-source contract to Abbott Laboratories for the provision of i-STAT instruments and associated test cartridges for the Tuscaloosa VA Medical Center. This procurement is critical for ensuring timely test results in various healthcare settings, including the Critical Care Unit, Operating Room, and Emergency Room, as Abbott Laboratories is the exclusive manufacturer of the required equipment. Interested parties may submit capabilities statements by 3:00 PM Eastern Time on October 31, 2024, to the designated contracting officer, Earnest Ellison, at Earnest.Ellison@va.gov, although this notice does not constitute a solicitation for competitive proposals.
    J065--Tecniplast Platinum Service preventative maintenance and repair services for the Tecniplast Atlantis Rack Washer at the San Francisco VA Health Care System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through its Regional Procurement Office East, intends to award a sole source Firm-Fixed-Price contract to Tecniplast USA, Inc. for preventative maintenance and repair services of the Tecniplast Atlantis Rack Washer at the San Francisco VA Health Care System. The contract will encompass Tecniplast Platinum Service, which includes two annual preventive maintenance visits, unlimited emergency service, and annual training for VA staff, ensuring the operational efficiency of critical medical equipment. Interested parties may submit a capability statement demonstrating their ability to fulfill the requirements outlined in the attached Statement of Work, with submissions due by 4:30 PM Eastern Time on November 11, 2024. All inquiries should be directed to Contract Specialist Karly Gabrysiak via email at Karly.gabrysiak@va.gov.
    J045--Treatment and Maintenance of Bio Amp Systems Notice of Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the National Contracting Office No. 16, intends to negotiate a sole source Indefinite Delivery Indefinite Quantity (IDIQ) contract with NCH Corporation for the treatment and maintenance of Bio Amp Systems at the Overton Brooks Veterans Affairs Medical Center in Shreveport, Louisiana. The contract will require the contractor to provide comprehensive maintenance services for three Bio-generator systems, ensuring 98% operational uptime through emergency repairs, scheduled preventive maintenance, and technical support, all while adhering to strict performance standards and utilizing OEM-approved parts. This initiative is crucial for maintaining the operational efficiency of critical medical equipment, with the contract anticipated to be awarded on November 18, 2024, and a response deadline for interested parties set for October 30, 2024, at 10:00 AM Central Time. For inquiries, interested contractors can contact Alan Scanio at alan.scanio@va.gov.
    Q517--Omnicell New Preventative Maintenance Service Package
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) Network Contracting Office 19 intends to award a sole source Fixed Price Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to Omnicell, INC. for the provision of preventative maintenance and support for the Omnicell Medication Supply Station and System. This contract will include enhancements such as the addition of new software and capabilities, ensuring the operational efficiency of the medication dispensing systems critical to healthcare services. Interested firms may submit written notifications demonstrating their ability to meet the requirements by November 14, 2024, at 10:00 AM Mountain Standard Time, with all responses directed to Contract Specialist David Glanton at david.glanton@va.gov. Contractors must be registered in the System for Award Management (SAM) to be eligible for consideration, and the estimated period of performance for this contract is from February 1, 2025, to January 31, 2028.