Notice of Intent to Sole Source Service Maintenance Contract for XS-1000i Laboratory Hematology Analyzer
ID: HT941024N0109Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFALLS CHURCH, VA, 22042, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    Notice of Intent to Sole Source Service Maintenance Contract for XS-1000i Laboratory Hematology Analyzer

    The Department of Defense, specifically the Defense Health Agency (DHA), intends to award a sole source service contract to Sysmex America, Inc. for the maintenance and service of the XS-1000i Laboratory Hematology Analyzer located at Air Force 354th MDG - EIELSON Alaska. This contract will be awarded on a firm fixed price basis for a 10-month base period.

    The objective of this contract is to procure a full service and maintenance contract for the Sysmex Analyzer, which is used for laboratory hematology analysis. Sysmex America, Inc. is the Original Equipment Manufacturer (OEM) and the only authorized provider of preventative maintenance service for this equipment. The company also utilizes OEM parts/components for repairs to ensure optimal function and maintain device liability and warranty.

    The service agreement must include qualified service personnel capable of performing maintenance and service on the analyzers as required by the manufacturer. Onsite service will be available Monday to Friday from 07:30am to 4:00pm, including all parts, labor, and the manufacturer's service engineer's travel expenses. Additionally, 24/7 telephone support will be provided, with primary onsite service guaranteed within 24 hours of identifying the need for service.

    Based on market research, Sysmex America, Inc. is the only source that can meet the government's requirements for this service. Therefore, this notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement.

    Interested sources are required to submit a capability statement that includes management and technical data, as well as cost information, demonstrating their capability to provide the required supplies. Capability statements should not exceed 6 pages and must be submitted by email in Microsoft Word or Adobe PDF format to mildred.k.pollard-hueitt.civ@health.mil with the subject line "SYSMEX SERVICE - EIELSON AK". The deadline for capability statements is 10:30 AM Pacific Daylight Time on July 31, 2024.

    No telephone requests/offers will be honored.

    Point(s) of Contact
    Files
    No associated files provided.
    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.
    J065--Bioplex Maintenance Agreement Intent to Sole Source For Louis Stokes Cleveland Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to negotiate a sole source Firm-Fixed Price Contract for a maintenance agreement concerning the Bio-Rad Laboratories Bioplex system at the Louis Stokes Cleveland Medical Center. This procurement is essential for ensuring the operational integrity and reliability of the Bioplex system, which is critical for medical diagnostics and patient care. The government has determined that Bio-Rad Laboratories is the only source capable of fulfilling this requirement, and while this is a non-competitive notice, interested contractors may submit capabilities statements by the deadline of September 17, 2024, to Sara Wood, Contract Specialist, at sara.wood1@va.gov. No solicitation package will be available, and responses must demonstrate clear evidence that competition would be advantageous to the government.
    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 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.
    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.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    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.
    Bruker M4 Tornado Plus 26S Service Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, intends to award a contract for service maintenance of the Bruker M4 Tornado Plus 26S Super Light Element Micro X-Ray Fluorescence (XRF) System. The procurement involves a firm-fixed-price purchase order for recurring maintenance services, including a base contract with two optional years, valued at approximately $85,155. This specialized system is critical for both commercial and government applications, and the justification for a sole source procurement is based on Bruker being the only authorized provider of necessary services and parts in the U.S. Interested firms must express their capabilities to the Contract Specialist, Cuong Chau, at cuong.chau.1@us.af.mil, or the Contracting Officer, Rebecca Natal, at rebecca.natal.1@us.af.mil, within five days of this notice, with the award expected by September 30, 2024.
    Notice of Intent to Award Sole Source - 3 OSS Calibration and Maintenance of RT3
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the calibration and maintenance of RT3 Runway Friction Testing equipment at Joint Base Elmendorf-Richardson, Alaska. The contract will be awarded to Halliday Technologies, Inc., which is uniquely qualified to perform these services due to its specialized training and proprietary knowledge of the RT3 equipment. This maintenance is critical for ensuring the operational readiness of government property, with an estimated contract value of $12,000 and a performance period of up to 1095 days. Interested vendors who believe they can meet the requirements outlined in the Performance Work Statement should contact Sean Leigh or Zachery Pullen before the submission deadline, which is expected around September, within the annual calibration window of August 1 to October 15.
    Notice of Intent - Sole Source - Stratasys
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure maintenance services for the Stratasys Objet500 Connex3 3D printer on a sole-source basis from Stratasys. This procurement is essential for the continued operation of the printer, which is critical for hydrodynamics testing and is expected to be heavily utilized over the next four years. The maintenance contract, known as "Emerald Care™," includes comprehensive support services such as phone assistance, on-site visits, preventative maintenance, parts replacement, and software updates, ensuring the printer remains operational and secure. Interested parties may submit their capabilities statements by September 18, 2024, and inquiries should be directed to Steven Besanko at steven.besanko@navy.mil or by phone at 301-312-3357.