Infusion Pump Test Kit, PN: 8713052UTEST
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Jun 23, 2023 04:41 pm EDT
- Original Response Date: Jun 28, 2023 03:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 13, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Frederick , MD 21702USA
Description
NOTICE OF INTENT TO SOLE SOURCE
The United States Army Medical Research Acquisition Activity (USAMRAA), on behalf of the United States Army Medical Materiel Development Activity (USAMMDA), Warfighter Deployed Medical System Project Management Office (WDMS PMO), intends to issue a Firm Fixed Price (FFP) sole source contract under the authority of FAR 13.501(a)(1)(ii), Sole source (including brand name) to Golden Max LLC, 12701 Directors Drive, Stafford, Texas 77477-3701, for Infusion Pump Test Kits, Part Number (PN) 8713052UTEST.
Golden Max LLC is the only source able to meet the Government requirements. The Infusion Pump Test Kits, Part Number (PN) 8713052UTEST, will be used to perform the Calibration and Verification (CVC) of the Infusion Pumps manufactured by B. Braun Medical, Incorporated in support of Army deployable units. These kits will be used in conjunction with the Original Equipment Manufacturer (OEM) service literature to perform CVC actions on critical, life-sustaining B. Braun, Infusomat® Space Volumetric Infusion Pumps, PN: 8713052UKT. Furthermore, B. Braun Medical, Incorporated has authorized Optimal as the sole authorized distributor for the Infusion Pump Test Kits. In November 2015, Golden Max LLC acquired Optimal, and as such, Golden Max is covered by the Distributor Agreement between B. Braun Medical, Incorporated and Optimal. The Distributor Agreement is effective until 30 September 2023.
This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by 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 will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source purchase order.
Capability statements are due by 3:00 PM Local Time, 28 June 2023. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: peter.d.mitchell8.civ@health.mil. Telephone inquiries will not be accepted.
Attachments/Links
Contact Information
Primary Point of Contact
- Peter D Mitchell
- peter.d.mitchell8.civ@health.mil
Secondary Point of Contact
- Shannon Lertora
- Shannon.P.Lertora.civ@health.mil