Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 12, 2025 SAM #8538
SOLICITATION NOTICE

J -- BioFire � FilmArray � Torch System extended warranty service

Notice Date
4/10/2025 5:38:11 AM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIH-CC-OPC-25-005576
 
Response Due
4/18/2025 9:00:00 AM
 
Archive Date
05/03/2025
 
Point of Contact
Kimala Winfield, Phone: 3014967015, Malinda Dehner, Phone: 3015946320
 
E-Mail Address
kimala.winfield@nih.gov, DehnerM@cc.nih.gov
(kimala.winfield@nih.gov, DehnerM@cc.nih.gov)
 
Description
This is a Notice of Intent, not a request for a quotation. A solicitation document will not be issued and quotations will not be requested. The National Institute of Health, Clinical Center (CC) intends to award a Firm-Fixed price purchase order to BioFire Defense, LLC, Salt Lake City, Utah 84107, on a sole source basis to procure extended warranty service for one (1) BioFire � FilmArray � Torch System Base and six (6) BioFire � FilmArray � Torch Module Boxes used for clinical patient care testing by the Microbiology Service in the Department of Laboratory Medicine (DLM). BioFire Defense is the only vendor that can provide the extended warranty required for service with already existing instrumentation within the department and already established and validated lab tests. These instruments provide rapid, efficient, and sensitive detection of nucleic acid (DNA) from clinical samples, which allows for timely identification of the presence of infectious agents and hastens treatment. As the sole developer and manufacturer of these instruments. BioFire Defense is the only vendor from which the extended warranty can be purchased. Period of Performance shall be for a base year of twelve (12) months and four (4) twelve (12) month option year from date of award. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13 � Simplified Acquisition Procedures, Subpart 13.106-1(b)(1), For purchases not exceeding the simplified acquisition threshold (SAT), contracting officers may solicit from one source if the contracting officer determines that the circumstance of the contract action deem only one source reasonably available. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The North American Industry Classification System (NAICS) code for this acquisition is 811210 with a large business standard size of $34.0 million. This notice of intent to award is not a request for competitive quotations. Interested concerns capable of providing the same products or services as described in this notice may submit a capability statement outlining their capabilities. No solicitation is available. Information received will be evaluated for the purpose of determining whether to conduct a competitive procurement. Capability Statements must be received within the time set forth in this synopsis to be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Each response should include the following Business Information: a. SAM UEI. b. Company Name, address, POC, Phone and Email address c. Current GSA Schedules or NAICS codes appropriate to this Award. d. Capability Statement Comments to this announcement may be submitted to the Clinical Center, Office of Purchasing and Contracts, prior to the closing date specified in this announcement, electronically to the attention of Kimala Winfield, kimala.winfield@nih.gov or Malinda Dehner, dehnerm@cc.nih.gov by the due date and time marked in this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e67e84ca701c4e968f9610a7b5011ae2/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07404190-F 20250412/250410230100 (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.