The United States Army Medical Research Acquisition Activity (USAMRAA) on behalf of the U.S. Army Institute of Surgical Research (USAISR) intends to issue a blanket purchase agreement on a sole source basis (IAW FAR 13.106-1) with Werfen USA LLC 180 Hartwell Rd, Bedford, MA 01730, as the only responsible source that can provide consumable supplies (cups-and-pins, InTEM, ExTEM, FibTEM, Rotrol-N, Rotrol-P, and Star-TEM) for use with the ROTEM delta coagulation analyzer. This acquisition is being conducted under the FAR 13.106 for commercial. Provisions and clauses in effect through Federal Acquisition Circular 2005-24 are incorporated.
The USAISR currently has in use 10 ROTEM delta coagulation analyzers. These units support numerous research protocols across 4 task areas. Various reagents, controls, and disposable supplies are required to process samples on these devices. The ROTEM instruments are FDA approved, but only with the use of original manufacturer supplied consumables. These consumables are specific to the instruments and generic reagent substitutions are not validated nor will the manufacturer support the use of such supplies on the instruments. There are no generic disposable supplies available. Additionally, these consumable supplies will be used to support ongoing protocols which used these exact supplies since initiation.
Proposed solicitation number: W81XWH-17-T-0346.
This announcement fulfills the synopsis requirements under FAR 5.102(a)(6) and 5.203(a). This acquisition is being conducted under simplified acquisition procedures. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 339112 with a Small Business Size Standard of 1000 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by closing of this notification of this synopsis will be considered by the Government. 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. If no written responses are received by the date listed below, which reflects at least fifteen (15) days after the publication of this notice, the solicitation will be issued as brand name sole source only.
All questions and responses concerning this notice shall be emailed to Jeffrey Sprecher at [email protected].
Interested concerns must identify their capability in writing to the above email address listed above no later than 4:00 PM ET, 28 July 2017.