Notice of Intent to Sole Source-Stable isotope compounding services
Process Number JA22-10-1070
Dates:
JA22-10-1070
Department/Ind. Agency:DEPT OF DEFENSE
Sub-tier:DEPT OF DEFENSE
Sub Command:W4PZ USA MED RSCH ACQUIS ACT
Office:W4PZ USA MED RSCH ACQUIS ACT
General Information:
(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
Updated Published Date:(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
Original Published Date:2021-11-03 12:39:00
Original Response Date:Nov 18, 2021 01:00 pm EST
Inactive Policy:15 days after response date
Original Inactive Date:Dec 03, 2021
Initiative:- None***--***
Classification:
R408 - SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT
NAICS Code:541380 - Testing Laboratories
Description:
THIS IS A NOTICE OF INTENT TO AWARD A SOLE-SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The United Stated Army Medical Research Acquisition Activity (USAMRAA) intends to negotiate on a sole source basis, IAW FAR 13.106, with A & J Compounding 577 Main St Waltham, MA 02452, USA, as the only responsible source that can stable isotope to be used for compounding of the infusate. This acquisition is being conducted under FAR Part 12 Acquisition of Commercial Items. Provisions and clauses in effect through Federal Acquisition Circular 2021-10 are incorporated. The Military Nutrition Division of US Army Research Institute of Environmental Medicine (USARIEM) intends to procure a firm-fixed-price contract with a base and four option periods. The Contractor shall provide stable isotope compounding services in support of USARIEM’s Military Nutrition Division (MND) protocol. A & J Compounding, Inc. shall obtain stable isotope to be used for compounding of the infusate. The isotope will be compounded into 100 mL IV bags of 6,6-2H2 glucose for pickup by USARIEM personnel. Additionally, A & J Compounding, Inc. shall maintain documentation and file retention of the infusate. The intended procurement will be classified under North American Industry Classification System (NAICS) 541380 with a Small Business Size Standard of $16,500,000.00. This notice of intent is not a request for competitive proposals and no solicitation document will be posted for this requirement. However, parties interested in responding to this notice shall submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by closing of this notification of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Submit email capabilities statements (using PDF, MS Word, Excel attachments) to Kasey Carroll at kasey.l.carroll.civ@mail.mil. Statements are due no later than 1:00 P.M. EST on 18 November 2021. Late responses will not be reviewed.
Attachments / Links:
| Document | Size | Updated date | Download |
|---|
Contact Information:
BLDG 820 PBO 820 CHANDLER STREET
FORT DETRICK , MD 21702-5014
USA
Primary Point of Contacts:Kasey Carroll
Secondary Point of Contact:Courtney Piar