Description
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE PURCHASE ORDER CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES . The Defense Health Agency Contracting Activity (DHACA), Healthcare Contracting Division - West (HCD-W), Echo Branch intends to negotiate and award a firm-fixed price purchase order (PO) contract to supply AD1K-050 consumable blood kits for ADAM-rWBC 1 & 2 machines for Blood Bank/Laboratory at Tripler Army Medical Center in Hawaii in accordance with Federal Acquisition Regulation (FAR) 13.501(a) Sole Source acquisitions and FAR 13.106-1(b)(1)(i), only one source being available to meet the Government's needs to: NANOENTEK AMERICA, INC. 220 Bear Hill RD STE 102, Waltham, Massachusetts 02451-1004 UEI: WKSAFWSWAZG5 CAGE: 82UB3 The North American Industry Classification System (NAICS) code for this requirement is 339112 - Surgical and Medical Instrument Manufacturing ; the business size standard is 1000 (# of employees). The Product Service Code (PSC) is 6515 - Medical and Surgical Instruments, Equipment, and Supplies. The requirement is to supply AD1K-050 consumable blood kits for ADAM-rWBC 1 & 2 machines provided by Nanoentek America, Inc., the sole manufacturer and distributor of the supply kits and equipment. Location: 1 Jarrett White Rd, Tripler AMC, HI 96859 Estimated Delivery Dates: Option Period 1: October 2026 December 2026 February 2027 May 2027 July 2027 Option Period 2: October 2027 December 2027 February 2028 May 2028 July 2028 Option Period 3: October 2028 December 2028 February 2029 May 2029 July 2029 Option Period 4: October 2029 December 2029 February 2030 May 2030 July 2030 Based on market research and previous acquisition history, it has been determined that Nanoentek America, Inc. is the only source that can meet the Government's specialized requirement. 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 cornea tissue locally. 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 r…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (1)