Notice of Intent to Sole Source
The Defense Health Agency intends to negotiate on a sole source basis (IAW FAR 13.106-1(b)(1)(i), Soliciting from a single source. The proposed source is BIOMERIEUX INC.
This is a Notice of Intent to Award a Sole Source Contract and is not a request for competitive quotes. Reference#: HT941025N0129.
The Defense Healthcare Contracting Division – West (HCD – W) Naval Hospital San Diego, intends to award a firm fixed price contract under the authority of FAR 13.106-1(b)(1)(i), only one source being available to meet the Government’s needs, to:
BIOMERIEUX INC.
Unique Entity ID: HCNVCMEG9NL6
CAGE: 4S002
515 S Colorow Drive
Salt Lake City, Utah
84108-1248, United States
The North American Industry Classification System (NAICS) code for this requirement is 811210 – Electronic and Precision Equipment Repair and Maintenance; the business size standard is $34.0 (millions of dollars). The Product Service Code (PSC) is J065 – Medical Equipment and Accessories and Supplies.
Complex Testing Division, Laboratory Department, Naval Medical Center San Diego is requesting to establish a service/maintenance contract for BacT/ALERT 3D 1200 SYSTEM and Preventive Maintenance VITEK 2. The effort required hereunder shall be performed in accordance with the Statement of Work. The service requirement is for base plus four option years.
The objective of this sole source award is to procure service maintenance to BIOMERIEUX INC. Upon evaluation, BIOMERIEUX INC, was the only market option found to be capable of meeting the Government minimum requirement. The contractor is required to provide all services, materials and equipment necessary for the repair and preventive maintenance of the government owned BacT/ALERT 3D 1200 SYSTEM comprised of the Control Module (Serial # 211CMT7989; ECN 123031) and five Incubator Modules (1. SN 211IL8409; ECN 123026, 2. SN 208IL8280; ECN 123027, 3. SN 212IL8442; ECN 123028, 4. SN 212IL8443; ECN 123029 and 5. SN 211IR9508; ECN 123030) and VITEK 2 (Serial # VTK2XL4100), Densi Check Display Base DB15908 and DB04069, Densi Pod SP04187 and SP09233, Smart Carriers SCSA16366 and SCSA16365, Smart Carrier Keyboards 532375-2 and 532375-2, Computer workstations MXL 9271L5C and CZC 4191Q90, Computer monitors 6CM93506XP and K14C012293. The requirements will be as follows:
BASE YEAR
CLIN 0001: BacT/ALERT 3D 1200 Full-Service Maintenance
Quantity: 1 Year
Price:
POP: 01 October 2025 – 30 September 2026
CLIN 0002: VITEK 2 0120 Full-Service Maintenance
Quantity: 1 Year
Price:
POP: 01 October 2025 – 30 September 2026
OPTION YEAR ONE
CLIN 1001: BacT/ALERT 3D 1200 Full-Service Maintenance
Quantity: 1 Year
Price:
POP: 01 October 2026 – 30 September 2027
CLIN 1002: VITEK 2 0120 Full-Service Maintenance
Quantity: 1 Year
Price:
POP: 01 October 2026 – 30 September 2027
OPTION YEAR TWO
CLIN 2001: BacT/ALERT 3D 1200 Full-Service Maintenance
Quantity: 1 Year
Price:
POP: 01 October 2027 – 30 September 2028
CLIN 2002: VITEK 2 0120 Full-Service Maintenance
Quantity: 1 Year
Price:
POP: 01 October 2027 – 30 September 2028
OPTION YEAR THREE
CLIN 3001: BacT/ALERT 3D 1200 Full-Service Maintenance
Quantity: 1 Year
Price:
POP: 01 October 2028 – 30 September 2029
CLIN 3002: VITEK 2 0120 Full-Service Maintenance
Quantity: 1 Year
Price:
POP: 01 October 2028 – 30 September 2029
OPTION YEAR FOUR
CLIN 4001: BacT/ALERT 3D 1200 Full-Service Maintenance
Quantity: 1 Year
Price:
POP: 01 October 2029 – 30 September 2030
CLIN 4002: VITEK 2 0120 Full-Service Maintenance
Quantity: 1 Year
Price:
POP: 01 October 2029 – 30 September 2030
This notice of intent is not a request for competition proposals and no solicitation documents 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 details and with convincing evidence that clearly demonstrates the capability to perform the required work and can provide valid certification to provide service validated by BIOMERIEUX INC. Capability statement shall not exceed 6 (8.5 x 1inch) pages using a font size no smaller that 0-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 can only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on response 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 4:00PM PDT on 29 August 2025. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address to: Dania Suazo at dania.suazo.civ@health.mil. No phone calls will be accepted.