Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense intends to award a sole source contract to Ortho-Clinical Diagnostics, Inc. for five dry clinical chemistry analyzers and related services at various MEDDAC locations. This contract will utilize cost per reportable result pricing, covering all associated costs. Interested parties may submit proposals for consideration, and concerns can be directed to the Contracting Officer.
The East Services Branch, Health Readiness Contracting Office (HRCO), Joint Base San Antonio, Fort Sam Houston, TX intends to Award a Base plus 2 option year, Firm Fixed Price Contract, on a sole source basis to the incumbent contractor Ortho-Clinical Diagnostics, Inc. 1001 Route 202 US Hwy, Raritan NJ 08869, utilizing the authority of FAR 6.302-1(a)(2)(iii)(B), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements under the authority of 10 U.S.C. 3204 (c)(1).
This requirement is to provide five dry clinical chemistry analyzers and ancillary services and supplies in support of the Department of Laboratory Services at the five Fort George G. Meade MEDDAC locations, Barquist Army Health Clinic (BAHC), Dunham Army Health Clinic (DAHC), Kimbrough Ambulatory Care Center (KACC), Kirk Army Health Clinic (KAHC), and Rader Army Health Clinic (RAHC). The resultant contract will utilize cost per reportable result (CPRR) pricing. The industry standard definition for a cost per reportable result laboratory supply contract includes all costs associated with the equipment use, equipment maintenance services, emergency support services, all reagents, all controls, software updates, risk management framework, and necessary retesting of the laboratory samples. The analyzers to be provided under this contract are contractor owned equipment and the equipment lease costs are included in the CPRR price. With cost per reportable pricing, the government only pays for each valid test result produced by the equipment regardless of how many retests were needed to obtain a valid result.
The Government intends to procure from only one source under the authority of FAR 6.302-1(a)(2)(iii)(B), Only one responsible source and no other supplies or services will satisfy agency requirements. The provision of highly specialized services when it is likely that award to any other source would result in - (A) Substantial duplication of cost to the Government that is not expected to be recovered through competition; or (B) Unacceptable delays in fulfilling the agency's requirements.
All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Any concerns with this intent to Sole Source may be submitted for consideration by the Government to Contracting Officer, Sara Fetterolf, at sara.m.fetterolf.civ@health.mil with the Notice ID number referenced in the subject line.
NOTICE OF INTENT TO SOLE SOURCE is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.