Special Notice
Page 2 of 2
Special Notice
Page 1 of 2
The Department of Veterans Affairs Veterans Integrated Service Network (VISN) 9 Network Contracting Office (NCO) 9 intends to issue and award a Sole Source single award Firm-Fixed Price type contract with a performance period of 04/01/2024-09/30/2028 for Biofire reagent panels and test supplies to Biomerieux Inc located at 100 Rodolphe Street Durham, NC 27712 for delivery of reagents, test panels and other equipment to be used in conjunction to Government owned equipment such as the BioFire FilmArray Torch and FilmArray 2.0 analyzers which support testing at the VISN s microbiology labs. It has been determined that through initial Market Research, only 1 (one) responsible source can provide the required FDA approved consumables as identified below to the Government facilities in accordance with Federal Acquisition Regulation (FAR) 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements .
Description
Part #
Lexington
Louisville
Memphis
Mtn Home
Knoxville
Nashville
Murfressboro
Estimated Yearly Quantity
Respiratory 2.1 (RP2.1)
423742
0
25
200
40
4
24
12
305
Blood Culture Identification (BCID2)
RFIT-ASY-0147
14
15
25
20
0
36
20
130
Gastrointestinal (GI)
RFIT-ASY-0116
0
25
20
40
6
36
20
147
Meningitis (ME)
RFIT-ASY-0118
4
0
6
0
0
15
0
25
Pneumonia (PN)
RFIT-ASY-0144
0
0
50
10
0
20
20
100
Joint Infection (JI)
RFIT-ASY-0138
0
0
0
20
0
0
0
20
ME Verification Kit
FLM1-ASY-0145
0
0
1
0
0
0
0
1
Pneumonia Verification Kit
FLM1-ASY-0150
0
0
0
0
0
1
1
2
THIS IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS AND NO SOLICIATION IS AVAILABLE.
Telephone requests will not be honored. No award will be made based on quotes or offers received in response to this notice. All responsible sources may identify their interest to meet this requirement to Phon Phasavath by 8:00 am (CST), Monday March 11, 2024. Additionally, any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the government by providing the following:
1.Business Size and Socio-Economic Status: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a VIP verified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at www.sam.gov and/or the VetBiz Registry at www.vetbiz.gov. If not, please NOTE: any future solicitation could only be awarded to a contractor who is registered in SAM. To receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry.
2. Authorization to Perform: Prospective non-OEM contractors MUST provide an authorization letter from PAR Excellence Systems, Inc identifying they are authorized to provide the required Original Equipment Manufacturer (OEM) parts/equipment.
The intent of this notice is for informational purposes only. Interested parties may submit information for consideration by the government to: Phon.phasavath@va.gov no later than the response due date/time identified above.