SPECIAL NOTICE
J -- Maintenance/Repair of Special Industry Machinery.
- Notice Date
- 10/18/2024 9:19:37 AM
- Notice Type
- Special Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- DEFENSE HEALTH AGENCY (DHA)
- ZIP Code
- 00000
- Solicitation Number
- HT942525R0011
- Response Due
- 11/1/2024 7:00:00 AM
- Archive Date
- 11/16/2024
- Point of Contact
- Deborah Hagan, TONYA KREPS, Phone: 3016192519, Fax: 3016192937
- E-Mail Address
-
Deborah.l.hagan.civ@health.mil, tonya.r.kreps.civ@health.mil
(Deborah.l.hagan.civ@health.mil, tonya.r.kreps.civ@health.mil)
- Description
- NOTICE OF INTENT TO SOLE SOURCE: This notice announces the intent by the U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) to award a firm-fixed priced, sole source, contract to Bio Response Solutions, Inc., 200 Colin Ct. Danville, Indiana, 46122-7933, under the authority of 41 USC 1901, as implemented in FAR 13.501(a), sole source under the authority of simplified procedures for certain commercial items. The purpose of the proposed contract is to conduct all required preventative and corrective maintenance services for a newly manufactured Continuous Flow Thermal Effluent Decontamination System (CFTEDS). The CFTEDS system is manufactured by Bio-Response Solution Inc. Bio-Response Solution Inc. is the only entity that can provide these services because Bio-Response Solution Inc. manufactured the CFTEDS system exclusively to meet USAMRIID�s unique requirements to process Biosafety Level (BSL-3) and BSL-4 laboratory effluent. The CFTEDS units are highly complex, and Bio-Response Solution Inc. is the only source in the marketplace capable of providing the required preventative and corrective maintenance, and spare parts. Furthermore, as the manufacturer of the CFTEDS, Bio-Response Solutions Inc. is the sole owner of the technical data packages, specifications, proprietary software, and engineering designs.� For the reasons stated above, Bio-Response Solutions, Inc. is determined to be the only vendor capable of providing these services. The North American Industry Classification System (NAICS) for this requirement is 811310 � Commercial and Industrial Machinery and the Product Service Code (PSC) is PSC Code: J036 � Maintenance/Repair/Rebuild of Special Industry Machinery. This announcement fulfills the synopsis requirements under FAR 5.203(a). This Special Notice of Intent is not a request for competitive quotes and no solicitation document exists for this requirement; however, if a vendor challenges the basis for this requirement, please submit a capability statement that includes sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the tasks identified within this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received in response to this notice will be considered solely for the purpose of determining whether a competitive procurement or a sole source procurement is in the best interest of the Government. All questions and responses concerning this notice shall be emailed to Deborah Hagan via email at deborah.l.hagan.civ@health.mil. AND Tonya R. Kreps via email at tonya.r.kreps.civ@health.mil. Capability statements are due, in writing, to the email address listed above no later than 10:00 AM EST, 01 November 2024. Capability statements shall be submitted via email ONLY as Microsoft Word or Adobe PDF attachment. No phone calls will be accepted
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4e7b9e264d394cecba27653347ead797/view)
- Place of Performance
- Address: Frederick, MD, USA
- Country: USA
- Country: USA
- Record
- SN07244006-F 20241020/241018230100 (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 |