SPECIAL NOTICE
J -- Notice of Intent to Sole Source for BD Flow Cytometer FACSLyric Pre-Inspection Service
- Notice Date
- 6/6/2025 7:28:45 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
- ZIP Code
- 21702
- Solicitation Number
- PANDHA-25-P-0000_017465
- Response Due
- 6/16/2025 8:00:00 AM
- Archive Date
- 07/01/2025
- Point of Contact
- Tiffany Heath, Phone: 3016192789, Jesse Nisley, Phone: 3016197763
- E-Mail Address
-
tiffany.n.heath3.civ@health.mil, jesse.d.nisley.civ@health.mil
(tiffany.n.heath3.civ@health.mil, jesse.d.nisley.civ@health.mil)
- Description
- General Information This notice is not a request for competitive quotes. The U.S. Army Medical Research Acquisition Activity, on behalf of the Defense Centers for Public Health - Aberdeen (DCPH-A), intends to negotiate on a sole source basis to Becton, Dickinson and Company (CAGE code 0GKS0) located at 2350 Qume Drive, San Jose, CA 95131 in accordance with FAR 13.106-1(b). Government Requirement DCPH-A has a need for maintenance and repair services of laboratory equipment manufactured by Becton, Dickinson and Company. Before setting up a service agreement, the manufacturer requires a pre-inspection service on the FACSLyric Cytometer to be completed first since its warranty expired in May 2024. The equipment last had a maintenance service by the manufacturer in July 2024. The Government requires this visit to take place by 07 July 2025 to remain within the annual period for servicing of this equipment. This service will cover a FACSLyric Flow Cytometer Instrument (Serial# Z662383000106) and Universal Loader (Serial# Z662462000205). This service will be performed on-site at Aberdeen Proving Grounds, MD. Instructions to Responders: Responses from all other capable and qualified sources are encouraged to respond to this request. If your organization has the potential capacity to perform the required services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) a tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. No hardcopies shall be accepted. No written solicitation documentation is available at this time. Telephone requests will not be honored, and no bidders list shall be maintained. THIS DOCUMENTATION MUST ADDRESS AT A MINIMUM THE FOLLOWING ITEMS: 1) What type of work has your company performed in the past in support of the same or similar requirement? 2) Can or has your company managed a task of this nature? If so, please provide details. 3) Can or has your company managed a team of subcontractors before (if subcontractors would be needed)? If so, provide details. 4) What specific technical skills does your company possess which ensure capability to perform the tasks? 5) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, SAM Unique Entity ID, etc. Respondents are requested to direct all questions via email to the Point of Contact of this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/607cf8bb8a354d2bb0f72dc81838cbf8/view)
- Place of Performance
- Address: Gunpowder, MD 21010, USA
- Zip Code: 21010
- Country: USA
- Zip Code: 21010
- Record
- SN07468711-F 20250608/250606230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |