Sensory Sentinel Monitoring System Services
General Information
- Contract Opportunity Type: Special Notice (Original)
- Original Published Date: Jan 03, 2025 01:12 pm EST
- Original Response Date: Jan 08, 2025 08:00 am EST
- Inactive Policy: Manual
- Original Inactive Date: Feb 03, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: AN11 - HEALTH R&D SERVICES; HEALTH CARE SERVICES; BASIC RESEARCH
- NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
- Place of Performance: Charleston , SC 29401USA
Description
The Department of Veterans Affairs, Network Contracting Office 07 (NCO 07), hereby provides notice of its intent to award a sole source, firm fixed price for the Turner Scientific Sensory Sentinel software to Turner Scientific, LLC. located at 1351 Lincoln Ave, Jacksonville, IL 62650. The contract is expected to be awarded under the authority of 41 U.S.C. 3304(a)(1), as implemented by FAR 13.106-1(b)(ii) – Soliciting from a single source.A justification for Single Source Awards for Other Than Full and Open Competition has been prepared. The anticipated award date is January 17, 2024.
The Contractor shall provide upon request the Turner Scientific Sensory Sentinel software.
This supply will be delivered to the Ralph H. Johnson VA Medical Center 109 Bee Street Charleston, SC 29401.
NAICS code: 334516 | Analytical Laboratory Instrument Manufacturing
(SBA Size Standard 1,000 Employees)
PSC: AN11 | Health R&D Services, Health care services; Basic Research
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 within seven (7) calendar days after publication of this notice.
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 Department of Veterans Affairs 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 fully 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 and must submit a current authorized distributor letter from the manufacturer.
All Service-Disabled Veteran Owned and Veteran Owned Small Businesses must submit a self-certifying statement that their company meets all criteria established IAW 13 CFR 121.406(b)(1)(i) through (b)(1)(iii) thus demonstrating compliance with the Non-Manufacturer Rule. Interested parties are encouraged to furnish information by email only with “RESPONSE TO INTENT TO SOLE SOURCE shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Ashley Stewart, Contract Specialist, by email at Ashley.Stewart4@va.gov NO LATER THAN January 8, 2025 @ 08:00 AM EST. The 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.
Attachments/Links
Contact Information
Contracting Office Address
- ONE FREEDOM WAY
- AUGUSTA , GA 30904
- USA
Primary Point of Contact
- Ashley N Stewart
- ashley.stewart4@va.gov
Secondary Point of Contact
History
- Feb 03, 2025 11:55 pm ESTSpecial Notice (Original)