6640-- Intent to Sole Source: GM9 Analox Glucose Analyzer
ID: 36C24124Q0764Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    Presolicitation Notice: VETERANS AFFAIRS, DEPARTMENT OF intends to award a sole source contract for the purchase of a GM9 Analox Glucose Analyzer. The analyzer will be located at VAMC West Haven, Connecticut. The GM9 Analox Glucose Analyzer is used for analyzing glucose levels in laboratory settings. International Point of Care Incorporated, the Exclusive/Sole source North American distributor for the analyzer, will provide the required parts and labor. This procurement is conducted on a sole source basis, and no solicitation will be posted on Contracting Opportunities SAM.gov. The authority for this action is FAR 6.302.1-1 Only One Responsible source. Interested persons may contact the Contracting Specialist by email at Chelsea.Cortright@va.gov. Response must be received by 07/30/2024 NLT 10:00am EST.

    Point(s) of Contact
    Chelsea CortrightContract Specialist
    Email Only
    Chelsea.Cortright@Va.gov
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    Hematology Analyzer (Sole Source)
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Sysmex America, Inc. for the provision of one XN550 Hematology Analyzer, along with necessary service and consumables, for use at Edwards Air Force Base in California. This procurement is essential for maintaining the operational capabilities of the military's healthcare services, as the XN550 is a critical tool for hematological testing, and Sysmex is the only vendor capable of supplying compatible testing supplies. The contract will span five years, consisting of one base year and four optional years, with delivery expected to commence on October 1, 2025. Interested vendors may submit capability statements by September 17, 2024, to contest the sole source designation; however, this notice does not constitute a solicitation for competitive bids. For further inquiries, contact Brandi Roberts at brandi.m.roberts5.civ@health.mil or (726) 203-0162, or Mariangela Monsalve at mariangela.j.monsalve.civ@mail.mil or (726) 203-0120.
    DH01--Data Innovations Instrument Management Interfacing System Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, intends to sole source a contract for the Data Innovations Instrument Manager software, which is critical for integrating laboratory analyzers with the VistA system at the Erie VA Medical Center. This procurement aims to secure additional license connections and ongoing maintenance and support for the software, ensuring compliance with VA standards and enhancing laboratory operations. The contract will be negotiated with Data Innovations, LLC, under FAR 13.106-1, and interested vendors must submit a one-page capability statement by September 17, 2024, to the Contract Specialist, Christa L. Stine, at christa.stine@va.gov. This opportunity emphasizes the importance of compliance, security, and the structured procurement process to improve services for veterans.
    J065--INTENT TO SOLE SOURCE GE Sitelink & Carescape Support
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to negotiate a sole source contract with Trillamed for support services related to the GE Carescape Infrastructure at multiple VA medical facilities across Wisconsin and Illinois. The contractor will be responsible for providing all necessary labor, travel, expenses, and parts required for the maintenance and support of this infrastructure, which is critical for the operation of medical equipment in these facilities. This procurement is conducted under the authority of 41 U.S.C. 1901, allowing for simplified acquisition procedures when only one responsible source can meet the agency's needs. Interested firms may submit their capability statements and customer references by 9:00 AM Central Time on September 17, 2024, via email to Lori Eastmead at lori.eastmead@va.gov, as no competitive quotes will be solicited and phone inquiries will not be accepted.
    Notice of Intent to Sole-Source - Hematology Analyzer Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the 341st Contracting Squadron at Malmstrom Air Force Base in Montana, intends to award a sole-source contract to Sysmex America, Inc. for routine preventative maintenance services and reagents for the Sysmex Hematology Analyzer Unit. This procurement is critical as the analyzer requires specific reagents that are exclusively provided by Sysmex America, making them the only viable source for fulfilling this requirement. Interested parties may submit a capability statement or proposal demonstrating why competitive bidding would be advantageous, with submissions due by 14 October 2024 at 2:00 PM MST. For further inquiries, contact SSgt Kevin Luccitti at kevin.luccitti@us.af.mil or SSgt Joshua Crist at joshua.crist.1@us.af.mil.
    6550--Notice of Intent to Sole Source - Minneapolis VA Medical Center - FDA-Approved CEDIA and DRI Drugs of Abuse Reagents, Calibrators, and Controls for Assays used with Beckman AU480 Analyzers
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole source contract to Microgenics Corporation for the procurement of FDA-approved CEDIA and DRI Drugs of Abuse reagents, calibrators, and controls specifically for use with Beckman AU480 analyzers at the Minneapolis VA Medical Center. This contract is critical as the Minneapolis VA's Toxicology Laboratory serves as the exclusive national provider for Federal Workplace Urine Drugs of Abuse Testing among VA Hospitals, necessitating compliance with HHS SAMHSA certification through the use of specific FDA-approved products. Interested vendors are invited to submit capability statements by September 18, 2024, to demonstrate their ability to meet the requirements, with all submissions directed to Contract Specialist Alisha Milander at Alisha.Milander@va.gov. The contract is set to commence on October 1, 2024, and will include multiple option years to support ongoing operational needs.
    J065--Draeger Anesthesia Unit Support and Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, intends to award a sole-source contract for Preventative Maintenance Services on Draeger Anesthesia Equipment across multiple facilities in the VISN 20 region, which includes sites in Idaho, Oregon, and Washington. The contract will be a one-year, firm-fixed price agreement with Draeger Medical, Inc., ensuring that critical maintenance services are provided to maintain operational standards at these medical centers. This procurement aligns with FAR regulations allowing for sole-source contracting under specific circumstances, emphasizing the importance of maintaining the functionality of essential medical equipment. Interested parties may submit capability statements to demonstrate their ability to provide equivalent services, with responses due by September 16, 2024, at 14:00 PT, directed to Contracting Officer Niel Chase via email at niel.chase@va.gov.
    J065--Intent to Sole Source - Equipment Maintenance for Bruker 1272 microCT system
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the RPO East, intends to award a sole-source Firm-Fixed-Price Contract to Micro Photonics, Inc. for maintenance services on the Bruker 1272 microCT system, encompassing a base year and four one-year option periods. The procurement aims to secure comprehensive onsite preventative maintenance and service, including scheduled maintenance, labor, parts, travel costs, and annual calibrations to ensure optimal functionality of the medical imaging equipment. This contract underscores the importance of maintaining advanced medical imaging systems to ensure reliability and operational efficiency in healthcare settings. Interested parties must submit capability information by 10:00 AM EST on September 19, 2024, to demonstrate their ability to meet the requirements outlined in the attached Statement of Work, with all communications directed to Contracting Officer Renee Kale at renee.kale@va.gov.
    J065--INTENT TO SOLE SOURCE - STERIS CORPORATION STERIS EQUIPMENT - PERRY POINT VAMC 512-25-1-098-0005
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to procure maintenance services for STERIS equipment at the Perry Point VA Medical Center, identifying STERIS Corporation as the sole source provider due to its status as the Original Equipment Manufacturer (OEM). The procurement aims to ensure reliable servicing and compatibility of critical medical equipment, which is essential for the facility's operations. The solicitation number for this opportunity is 36C24525Q0009, with responses due by September 18, 2024, at 10:00 AM Eastern Time. Interested parties can contact Contract Specialist Bill Pratt at Billie.Pratt@va.gov or by phone at 410-642-2411 for further information.
    6515--VISN 1 B 3 Zoll Defib-AED BPA: Mod Intent to Single Source Clarification: SDVOSB Single Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically VISN 1, intends to establish a four-year Blanket Purchase Agreement (BPA) for Zoll brand Defibrillators and Automated External Defibrillators (AEDs) with After Action Medical and Dental Supply, LLC, the sole authorized distributor for these products. This procurement aims to replace approximately 145 aging Zoll defibrillators and acquire around 375 new Zoll AEDs, ensuring compatibility with existing equipment and maintaining high-quality emergent care across VISN 1 medical facilities. The decision to single source this contract is supported by extensive market research indicating Zoll devices as the preferred choice among medical institutions, critical for effective emergency response and patient care. Interested parties can contact Contracting Officer Deidra Thomas at deidra.thomas@va.gov or 802-295-9363 for further details, with the anticipated performance period running from September 20, 2024, to September 19, 2028.
    G2131-I GAS ANALYZER
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) intends to procure a G2131-I Gas Analyzer through a sole source contract with Picarro Inc., as it is the only manufacturer capable of providing compatible equipment for existing NASA instruments. The analyzer is designed for high-precision isotope measurement of delta[13]C from CO2, as well as measuring concentrations of CO2 and CH4 in ambient air, which is crucial for environmental monitoring and research. The procurement includes freight services, calibration for isotopic performance, and on-site installation and training, with an estimated delivery lead time of 8-16 weeks after order receipt. Interested organizations must submit their capabilities and qualifications in writing to Felecia Lorraine London at Felecia.l.london@nasa.gov by 11:59 a.m. Eastern Standard Time on July 26, 2024, to be considered for this opportunity.