Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2024 SAM #8207
SPECIAL NOTICE

J -- Sole Source_Abiomed Impella Annual Maintenance

Notice Date
5/15/2024 10:39:59 AM
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25624Q0908
 
Response Due
5/21/2024 1:00:00 PM
 
Archive Date
05/28/2024
 
Point of Contact
Jeneice Matthews, Contracting Officer, Phone: 713-791-1414
 
E-Mail Address
jeneice.matthews@va.gov
(jeneice.matthews@va.gov)
 
Awardee
null
 
Description
This is a Special Notice as a Pre-Intent to Sole Source / request for information (RFI) only. The responses to this posting will be used to establish the procurement strategy for example, set-aside, sole source, unrestricted for a solicitation that VA intends to post in the near future. Please review the attached document(s) for more details on this requirement. See attached file(s): 36C25624Q0908 RFI NO SOLICITATION EXISTS AT THIS TIME. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE 36C25624Q0908 Abiomed Impella Annual Maintenance-MEDVAMC in the subject line. The Department of Veteran Affairs (VA), Veterans Health Administration, Network Contracting Office 16, Houston, Texas 77030, intends to negotiate and award a sole source, firm-fixed price contract to Abiomed, Inc. for preventive maintenance and services on Abiomed Ventricular Cardiac Circular Assist Units at the Michael E. DeBakey VA Medical Center (MEDVAMC) located in Houston, Texas for a base of one (1) year, with four (4) additional, 1 year price periods in accordance with 41 U.S.C. ยง3304(a)(1) as implemented by Federal Acquisition Regulation (FAR) Part 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. Abiomed is the sole service provider for the Impella Controller Technology. Any service rendered on this technology requires that it be performed by a factory trained, certified technician and requires the use of specialized test equipment, both of which are available only from Abiomed. No other 3rd parties have been trained nor are qualified to perform any service on the Impella Controllers. This Pre-Notice of Intent is published in accordance with FAR Part 5.101(a)(1) requiring the dissemination of information regarding proposed contract actions. This is not a request for competitive offers and no solicitation is available. Market research has determined that these items are highly specialized, are only available from the original source without an unacceptable delay or duplication of cost and no other type of items will satisfy agency requirements. The Government intends to award the contract with an anticipated date of 1 July 2024 to Abiomed, Inc. 22, Cherry Hill Drive, Danvers, Massachusetts 01923-2599 UEI: KBGSE7HJSDE3. The intended procurement will be classified under North America Industry Classification System (NAICS) 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a small business size standard of $12.5 million. Tentative Period of performance: 07/01/2024 06/30/2025 with the provision of four (4) pricing years. Basic description of the requirement: The Contractor shall provide preventive maintenance and service on Abiomed Impella Controller equipment at the MEDVAMC in Houston, TX. The Contractor shall furnish all labor, materials, parts, equipment, tools to service and perform yearly preventative maintenance on the Abiomed equipment. THIS NOTICE OF INTENT IS NOT A SOLICITATION OR REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than the date/time indicated below. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The VA will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. RFI responses are due by 3:00p.m. Central Standard Time (CST) on May 21, 2024; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe Acrobat format and virus checked prior to submission via email to Jeneice Matthews, jeneice.matthews@va.gov . All documents submitted, will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements to Contracting Officer, Jeneice Matthews, jeneice.matthews@va.gov capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7b2c01b764a64afd8f1bd8af75914ce1/view)
 
Record
SN07064734-F 20240517/240515230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.