Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2025 SAM #8504
SPECIAL NOTICE

H -- Testing and Maintenance Services - Lab Containment Systems Inspections

Notice Date
3/7/2025 2:40:06 PM
 
Notice Type
Special Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24725Q0424
 
Response Due
3/13/2025 9:00:00 AM
 
Archive Date
03/28/2025
 
Point of Contact
Monica Reed, CONTRACT SPECIALIST, Phone: Email Only
 
E-Mail Address
Monica.Reed@va.gov
(Monica.Reed@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO SOLE SOURCE This notice is being published in accordance with Federal Acquisition Regulation (FAR) Subpart 5.101 requiring dissemination of information for proposed contract actions. This is a notice of intent to award a sole source contract and is not a request for competitive quotes/proposals. The Department of Veterans Affairs, Network Contracting Office (NCO) 07, located at 215 Perry Hill Road, Montgomery, Al 36109 is issuing this Notice of Intent (NOI) to inform industry contractors of the Government s intent to execute a Sole Source Order FAR 13.106-1(b)(2) Soliciting from a single source. A Justification for Single Source Awards for Other Than Full and Open Competition has been prepared. This notice satisfies the posting requirements at FAR Part 5.101. The intended Contractor is Technical Safety Services LLC located at 620 Hearst Ave, Berkeley, CA 94710-1922. Place of Performance is the Charleston VA Medical Center located at 109 Bee Street, Charleston, SC 29401-5703. The Charleston VA Healthcare System s Research and Development Department requires annual certification and maintenance of various hoods and containment systems to include but not limited to, biosafety cabinets, chemical fume hoods, and animal cage change stations. The urgency of having the facility s biosafety equipment tested and calibrated cannot be understated. Prompt action is necessary to prevent contamination or exposure risks within the research laboratories, while also maintaining the integrity of essential equipment. The VA Biosafety Officer has personal knowledge of Technical Safety Services LLC s competence in performing these services throughout other VA Healthcare Systems, and the urgent/compelling need for these services have deemed the firm to be only reasonably available source in accordance with FAR Part 13.106-1(b). No other vendor has been identified as capable of performing these services within the timeline required for the VA facility to remain in compliance, and any further attempts to identify potential sources would cause delays detriment to the Government. The contractor shall provide the Charleston VA Medical Center with the annual certifications and maintenance services needed for various hoods and containment systems to include but not limited to, biosafety cabinets, chemical fume hoods, and animal cage change stations. All work is to be performed in accordance with the guidelines established by the following: Manufacturer s specifications National Fire Protection Agency 99 (NFPA99) and 70 (NFPA 70) Original Equipment Manufacturer (OEM) Occupational Safety and Health Administration (OSHA) NSF International Standard/American National Standards Institute (NSF/ANSI) Ralph H. Johnson VAHCS standard operating procedures, and Any other Federal, State, and Local regulations pertaining to the equipment listed for this contract. This will be a firm-fixed price base plus four option years contract. North American Industry Classification System (NAICS) for this requirement is 541380-Testing Laboratories and Services. The Product/Service Code is H266-Equipment and Materials Testing-Instruments and Laboratory Equipment. The Small Business Administration (SBA) size standard for this sector is $19.0 Million. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via e-mail to Monica Reed, at Monica.Reed@va.gov with the following information referenced in the subject line, 36C24725Q0424, Testing and Maintenance Services. All interested parties who are responsible, certified, and capable may identify their interest and may submit capabilities statement no later than 12:00 pm, Eastern Time Zone on March 13, 2025. The interested parties bear full responsibility to ensure complete transmission and timely receipt.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9070baad192d43f6ad358b260f60e051/view)
 
Record
SN07364691-F 20250309/250307230032 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.