From: Federal Government(Federal)
Basic Details | Start Date13 Aug, 2021 (about 2 years ago)Due Date17 Aug, 2021 (about 2 years ago)IdentifierF3V4A11189AW01_IntentToAwardSoleSource |
Customer / Agency | |
The 82d Contracting Squadron, Sheppard AFB, Texas intends to award a sole source, firm-fixed price contract to Sysmex America, Inc. to provide a XN-1000 Hematology Analyzer and reagents IAW the Performance Work Statement (PWS)for equipment located at Sheppard AFB, Texas. The XN-1000 sold by Sysmex is the only hematology analyzer with an FDA approved method for reportable Immature Granulocyte count, and is the only hematology analyzer that can fulfill the requirements at Sheppard AFB. Sysmex is the only source that can provide this requirement due to the proprietary nature of the system already in place at 82 MDG Clinic at Sheppard AFB,TX.Notice to Offeror(s)/Supplier (s): Funds are not presently available for this effort. No award will be made until funds are available. The Government reserves the right to cancel this anticipated solicitation, either before or after the closing date for receipt of proposals. The Government has no obligation to reimburse an offer or for any costs.For
Emails:Please note, this is for market research only, we currently do not have funding for this purchase, nor do we know if funding will become available.The statutory authority which permits other than full and open competition for this acquisition is 10 United States Code (USC) 2304 (c)(1), as implemented by FAR 13.106-1(b). This authority is supported by an approved Single Source Justification. It is the Government's intent to proceed with this sole-source action. The applicable NAICS code is 532490. The size standard as defined by the U.S. Small Business Administration is $32.5M.THIS NOTICE OF INTENT IS NOT A SOLICITATION, REQUEST FOR PROPOSAL OR A REQUEST FOR QUOTATION. A solicitation package will NOT be issued. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. Information received in response to this notice will be considered solely for the purpose of determining whether conducting a competitive procurement in the future is in the best interest of the Government. All information submitted should support the offeror's capability to provide the services required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these services. Verbal responses are not acceptable and will not be considered. Responses and questions shall be received via email by
robin.hart@us.af.mil or
carri.dulaney@us.af.mil NLT (3 days from posting date).