Air Force Test Center Installation Operational Contracting Division/PZIOAC, Eglin AFB FL, 32542
Proposed Solicitation number/Identifier: FA2823-21-Q-6039
Date: 8 September 2021
The AFTC Installation Operational Contracting Division (AFTC/PZIOA), 308 West D Avenue Eglin AFB, FL 32542 intends to award a SOLE SOURCE, Firm-Fixed Price contract to:
Biomerieux Inc.
100 Rodolphe ST
Durham, North Carolina
27712-9402, United States,
Cage: 4S002.
This acquisition is to provide Vitek 2 Reagents
CLIN 0001:
Part #
Description
Qty (EA)
420915
AST-ST02 TEST KIT 20 CARDS
8
414985
AST-GN93 TEST KIT 20 CARDS
35
21346
NH TEST KIT VTK2 20 CARDS
5
21343
YST TEST KIT VTK2 20 CARDS
8
21347
ANC TEST KIT VTK2 20 CARDS
5
420915
AST-ST02 TEST KIT 20 CARDS
8
414985
AST-GN93 TEST KIT 20 CARDS
35
21341
GN TEST KIT VTK2 20 CARDS
50
21342
GP TEST KIT VTK2 20 CARDS
25
21346
NH TEST KIT VTK2 20 CARDS
5
21343
YST TEST KIT VTK2 20 CARDS
8
415670
AST-GP75 TEST KIT 20 CARDS
12
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 1000 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 10:00 am CDT on 13 September 2021 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 Shawn Mount at: [email protected].