SPECIAL NOTICE
66 -- New - Advanced Instruments Anoxomat Service
- Notice Date
- 12/3/2025 1:18:49 PM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) San Antonio TX 78240 USA
- ZIP Code
- 78240
- Solicitation Number
- 36C25726Q0152
- Response Due
- 12/10/2025 10:00:00 AM
- Archive Date
- 01/09/2026
- Point of Contact
- Joshua Weisman, Contract Specialist, Phone: (432) 213-7094
- E-Mail Address
-
joshua.weisman@va.gov
(joshua.weisman@va.gov)
- Awardee
- null
- Description
- Special Notice Notice of Intent to Award a Sole Source Procurement The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 17, intends to award a firm-fixed priced contract to Advanced Instruments for procurement of the following requirement: Scope: The STVHCS has a need for preventative service and maintenance for the Advanced Instruments Anoxomat anaerobic jar system, SN: 1312-1214. The instrumentation is currently housed in the Microbiology section of the Pathology & Laboratory Medicine Service at Audie L. Murphy VA Hospital. Due to the proprietary nature of the instrumentation, it is essential that only Certified Advanced Instruments Field Service Engineer s (FSE) work on the Anoxomat Anaerobic Jar System. Contractor Service Program should include at minimum: 5-Day Response Time One-year on-site service One (1) annual on-site preventive maintenance service covered under each year of a purchased agreement Onsite repairs and repair parts covered Unlimited phone support Loaner instrument covered Location: This service and maintenance will be used on the Advanced Instruments Anoxomat Anaerobic Jar System, SN: 1312-1214. The instrumentation is currently housed in the Microbiology section of the Pathology & Laboratory Medicine Service at Audie L. Murphy VA Hospital. Period of Performance: Base plus four (4) option years Deliverables/Supplies: As needed, service and maintenance on the Advanced Instruments Anoxomat Anaerobic Jar System, SN: 1312-1214 Government Inherent Functions: Contractor shall not perform inherently governmental functions. This includes, but is not limited to, determination of agency policy, determination of Federal program priorities for budget requests, direction and control of government employees, selection or non-selection of individuals for Federal Government employment including the interviewing of individuals for employment, approval of position descriptions and performance standards for Federal employees, approving any contractual documents, approval of Federal licensing actions and inspections, and/or determination of budget policy, guidance, and strategy. General Duties, Requirements, and Expectations: Be professionally competent to handle required duties. Work with staff to ensure safety measures are in place and documented. Services provided under the terms of this contract are required to be in compliance with the American Association of Blood Banks (AABB) and College of American Pathologists (CAP) accreditation policies and all applicable Federal, State and Government laws required by the Veteran s Healthcare System and VHA Directive 1106. Information Systems Officer, Information Protection: The contractor will not have access to VA Desktop computers, nor will they have access to online resources belonging to the government while conducting services. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody.� Privacy Officer:� The contractor will not have access to Patient Health Information (PHI), nor will they have the capability of accessing patient information during the services provided to the VA. Records Manager:� There will be no federal records created, maintained, used, or dispositioned with this contract;� regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.]. Delivery address: Audie L. Murphy VA Medical Center 7400 Merton Minter San Antonio, TX 78229 Anticipated Period of Performance: 23 September 2025 through 22 September 2026. The proposed sole source procurement will be made by a contract with PROAIM Americas, LLC. The requesting activity has submitted a sole source justification request that states that vendor PROAIM Americas, LLC is the only vendor that can provide the necessary required supplies and services. Market research did not find an alternate approved vendor that can provide the required supplies and services. This notice is not to be considered a request for quotations or proposals. No contract will be awarded on the basis of offers received in response to this notice; however, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Proposals or offers received will be used to determine if a comparable source is available and more advantageous to the government. No phone calls of any nature regarding this notice will be accepted. There will be no automated email notification of receipt of capability statement, proposal, or quotation. If no affirmative written response is received within 5 business days from the publication of this notice, a contract will be issued to PROAIM Americas, LLC without any further notice. The anticipated statutory authority permitting other than full and open competition for the requirement is 41 U.S.C. 3304(a)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/24de11361def4ca9bc2f1a930a4f524f/view)
- Record
- SN07656101-F 20251205/251203230033 (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 |