From: Federal Government(Federal)
Basic Details | Start Date11 Jan, 2023 (15 months ago)Due Date10 Feb, 2023 (14 months ago) |
Customer / Agency | |
Attachments (1) | |
THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The Department of Veterans' Affairs, James A. Haley Veteran's Hospital (JAHVH) located in Tampa, FL intends to solicit and negotiate a sole source requirement contract for SARS-CoV-2 (COVID-19) serology testing supplies with Abbott Laboratories, a large business located at 100 Abbott Park Rd., Dept. 943 building, APCC-3, North Chicago, IL. 60064. This notice of intent is not a request for competitive proposals. Interested parties may identify their capability to be considered for future procurements. NAICS Code 325413 - In-Vitro Diagnostic Substance Manufacturing with a size standard of 1,200 employees applies to this procurement. The ARCHITECT and Alinity analyzers and reagents below are manufactured by Abbott Laboratories. The following sites shall be provided products and services for the base and four (4) (12 MO) optional years. a. James A. Haley Veterans Hospital, 13000 Bruce B. Downs, Blvd., Tampa, FL. 33612. b. Orlando VA Medical
Center (113), 13800 Veterans Way, Orlando, FL 32827. c. West Palm Beach (113), 7305 N Military Trail, West Palm Beach, FL 33410. Deliverables: 1. The Medical Facilities are requesting the Contractor provide the listed salient characteristics in the below section. The Medical Facilities are requesting a Reagent Usage (Cost Per Test) agreement to include reagents, calibrators, and controls (for the life of the agreement). 2. The Contractor shall provide Cost Per Test (CPT) SARS-CoV-2 testing products indicated in the Price/Cost/Schedule. 3. FDA EUA-approved IgG, IgM, and IgG II serology reagents, calibrators, and controls to be run on each Site s existing Abbott Architect/Alinity analyzer systems. 4. The FDA EUA-approved IgG II serology test measuring antibodies against the S protein which can assist in determining antibody titer and facilitate longitudinal monitoring of patients antibody response, including antibody response to vaccines. 5. Contractor assistance with test ordering and setup, method validation, and test interfacing. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.5 Simplified Procedures for Certain Commercial Items and specifically FAR 13.501 Special Documentation Requirements, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2. This notice of intent is not a request for competitive proposals. All information received by 10: 00 A.M.EST, 01/17/2023, will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Interested parties may e-mail information to
leonora.simmons@va.gov.