Notice of Intent to Sole Source
HT941024N0047
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE NON-PERSONAL SERVICES CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Western Markets Contracting Division (WMCD), San Diego, intends to negotiate and award a firm fixed price contract for Intercept Platelet Small Volume Set (INT 2140B) and Intercept Dual Storage Processing Set (INT2540B), Outside the Continental of the United States (OCONUS) in support of United States Naval Hospital Okinawa (USNHO), Japan - Pacific Command Armed Services Blood Bank Center (PACOM ASBBC) in accordance with Federal Acquisition Regulation FAR 13.106-1(b)(1)(i), only one source being available to meet the Government’s needs, to:
CERUS CORPORATION
1220 Concord Ave STE 600
Concord, CA 94520-4906
The North American Industry Classification System (NAICS) code for this requirement is 325413 – In-Vitro Diagnostic Substance Manufacturing, the business size standard is 1,250 # of employees. The Product Service Code (PSC) is 6550 – In-Vitro Diagnostic Substances, Reagents, Test Kits and Sets.
The objective of this sole source award is to procure supplies for U. S. Pacific Command Armed Services Blood Bank Center (USPACOM ASBBC). USPACOM ASBBC requires for regular drop shipment of platelet small volume processing sets and dual storage processing sets used for two (2) Cerus Corporation manufactured Intercept Illuminator Pathogen Reduction equipment. The anticipated period of performance is for a base with four (4) option periods.
This notice of intent is not a request for competitive proposals, and no solicitation document exists for this 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 detail and with convincing evidence that clearly demonstrates the capability to provide the required services for United States Naval Hospital Okinawa. Capability statements shall not exceed six (8.5 x 11 inch) pages using a font size no smaller than 10-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 only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses 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.
If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to Adrian Nerida at adrian.m.nerida.civ@health.mil. The closing date for challenges is no later than 8:00am Pacific Daylight Time, 11 April 2024.
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.