MODIFICATION
Q -- Novartis - Sole Source Notice
- Notice Date
- 12/9/2013
- Notice Type
- Modification/Amendment
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- 120213
- Archive Date
- 12/28/2013
- Point of Contact
- Robert Gochenour, Phone: 2106711771, Stephen S. Kelly, Phone: 2106719916
- E-Mail Address
-
robert.gochenour@us.af.mil, stpehen.kelly.1@us.af.mil
(robert.gochenour@us.af.mil, stpehen.kelly.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE SYNOPSIS Previously in error, two different periods of performance were advertised, for two different BPA's, and in inproper FAR citation (13.5) was cited. The previous announcment, as originally released on 02 Dec 13 and modified on 06 Dec 13, is hereby deleted, and the following (below para's) announcment is added in its place (time for response is not extended as original notice asked for 10 days from 02 Dec). Response date remains 12 Dec 13: The 502d Contracting Squadron, intends to award a follow-on Sole Source Firm Fixed-Price Blanket Purchase Agreement (BPA) (in accordance with Federal Acquisition Regulation (FAR) 8.405) to Novartis Vaccines and Diagnostics, Inc., for the use of the Procelix TM System. Under the pending BPA, the Procelix System will remain property of the Novartis Vaccines and Diagnostics, and will be utilized at Wilford Hall Ambulatory Surgical Center (WHASC), JBSA-Lackland, TX, to perform Nucleic Acid Testing (NAT), with capability for Hepatitis C (HCV), Human Immunodeficiency Virus (HIV), and West Nile Virus (WNV), for the blood donor center at WHASC. System must be fully automated, integrated NAT platform, for blood screening, enabling the WHASC Laboratory to process up to 500 samples per shift for Ultrio and WNV and maintain a turnaround time of 10 hours or less from time of receipt, given extensive laboratory volume. System must also possess the added capability of screening (compounded result) to discriminatory test (individual result using discriminatory probe assays), all on the same platform. Platform must fit in 12 X 15 Foot space, and utilize existing power available in existing laboratory space. The Period of Performance (POP) for this immediate BPA requirement is approx 14 Dec 13 to 31 Mar 14 for the BPA. It is anticipated that this requirement will be awarded to this Novartis Vaccines and Diagnostics, Inc., as Novartis is the manufacturer for the Procelix TM System, which is the only blood screening system currently installed and in use at JBSA Lackland (WHASC). Dually, Novartis Vaccines and Diagnostics, Inc. is the only source available for maintenance and repair, due to the proprietary nature of this equipment. The anticipated date of award date is 13 Dec 13 the first BPA. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which contract payment can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The NAICS code of this procurement is 541711 and the size standard is 500 employees. This notice is neither a request for quotes nor a solicitation of offers; however, all proposals received within three (3) days after date of publication of this latest synopsis, will be reviewed and considered by the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is possible for the Government. Responses must provide clear and concise documentation indicating a vendor's bona fide capability to provide this equipment/service. All information submitted should fully support the vendor's definite capability to provide the equipment/service required, and shall be furnished at no cost or obligation to the Government. Verbal responses are not acceptable and cannot be considered. Any interested party requiring additional information may inquire with the below point of contacts (POC's). SSgt Robert Gochenour, Contract Specialist, @ (210) 671-2851 or STEPHEN S. KELLY, Contracting Officer, @ (210) 671-9916, both of the 802d Contracting Squadron/LGCC-B, 1655 Selfridge Ave., JBSA-Lackland, TX 78236.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/120213/listing.html)
- Place of Performance
- Address: Wilford Hall Ambulatory and Surgical Center (WHASC), Joint Base San Antonio Lackland, Joint Base San Antonio (Lackland), Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN03247888-W 20131211/131209233912-ac2ef6a539d5a37aa4da50f5dee18156 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |