Air Force Test Center Installation Operational Contracting Division/PZIOAC, Eglin AFB FL, 32542
Proposed Solicitation number/Identifier: F1T4AS2235AW02
Date: 19 December 2022
The AFTC Installation Operational Contracting Division (AFTC/PZIOA), 308 West D Avenue Eglin AFB, FL 32542 intends to award a sINGLE sourcE, Firm-Fixed Price contract to BioMerieux, Inc., 100 Rodolphe St., Durham, NC 27712, Cage: 4S002. This acquisition is to provide reagents and sensitivity cards for the Vitek2 Analyzer. The anticipated award date is 9 January 2023.
This requirement is for: The contractor shall provide the following identification, sensitivity cards, and testing materials quarterly per period of performance to enable the functions of the Vitek2 Analyzer at the MTF in Eglin AFB.
CLIN 0001: Vitek2 GN Test Kite VTK2 20Cards/Box, Qty: 50, Part# 21341
CLIN 0002: GP Test Kit VTK2 20 Cards/Box, Qty: 25, Part# 21342
CLIN 0003: YST Test Kit VTK2 20Cards, Qty: 8, Part# 21343
CLIN 0004: NH Test Kit Vtk2 20 Cards/Box, Qty: 5, Part# 21346
CLIN 0005: ANC Test Kit VTK2 20cCards/Box, Qty: 5, Part# 21347
CLIN 0006: Vitek2 BN, GP, AST Cards 20 Cards/Box, Qty:112, Part# AST-GN-CP Cards
CLIN 0007: 0.45%Saline 12x1000 ML, Qty: 1, Part# V1205
CLIN 0008: Unsensitized Tubes 1x2000, Qty: 3, Part# 69285
CLIN 0009: Small Dispenser 1, Qty: 2, Part# V1200
The statutory authority which permits sole source for this acquisition is 41 United States Code (USC) 1901, as implemented by FAR 13.106-1(b)(1). This authority is supported by an approved Far Part 13 Single Source Justification. It is the Government's intent to proceed with this sole source action. The applicable NAICS code is 334516 The size standard as defined by the U.S. Small Business Administration is 1250 employees.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. No solicitation package will be issued. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. All responses received by 12:00 pm CST on 03 January 2022 will be considered by the Government. This notice is not a request for competitive proposals/quotes. All information submitted should support the offeror's capability to provide the items 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. Questions shall be submitted electronically to Jenelle Dukes at: [email protected].