Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2025 SAM #8601
SPECIAL NOTICE

46 -- Intent to Sole Source - Brand Name Reverse Osmosis System Indiana VAMC

Notice Date
6/12/2025 2:21:19 PM
 
Notice Type
Special Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25025Q0655
 
Response Due
6/23/2025 9:00:00 AM
 
Archive Date
07/08/2025
 
Point of Contact
Barbara Robertson, Contracting Specialist, Phone: (513)861-3100
 
E-Mail Address
Barbara.Robertson@va.gov
(Barbara.Robertson@va.gov)
 
Awardee
null
 
Description
Notice of Intent to Sole Source Requirement Aqua C Reverse Osmosis System The Network Contracting Office (NCO) 10, located at 260 E. University Avenue, Cincinnati, OH 45219-2356, intends to solicit and award a Sole Source, Firm-Fixed-Price, Purchase Order to one large business, Fresenius USA, Inc. dba Fresenius Medical Care North America. The purchase order will be for the VISN 10, Richard L. Roudebush Veterans Affairs Medical Center (RLR VAMC), 1481 West 10th Street Indianapolis, IN 46202-2803. The original equipment manufacturer (OEM) for this brand name only equipment is Fresenius USA, Inc. dba Fresenius Medical Care North America. Fresenius USA, Inc. dba Fresenius Medical Care North America 920 Winter Street Waltham, MA 02451-1521 The Contractor shall provide the following equipment and services: 24-10VA-1 - AquaC 15 Amp Quantity of 3 Units Each 24-AAMI-1 - Microbiological Profile Kit(CFU and LAL) - Quantity of 3 Units Each 24-ACCK-0 - AquaCaddy V2 Bolt On HD Conn.Kit(Option) - Quantity of 3 Units Each 24-ACMF-1 - 9.75 1 Micron Filter - Quantity of 3 Units Each 24-ACMF-5 - 9.75 5 Micron Filter - Quantity of 3 Units Each 24-CBFC-0 - Carbon Block Filter Cartridge - Quantity of 3 Units Each 24-CWST-0 - City Water Sample Test NTL Equivalent - Quantity of 1 Unit Each 24-AC02-0 - Aqua Caddy - Dual Carbon Block - Quantity of 3 Units Each 24-AAMI-0 - AAMI Water Profile Kit - Quantity of 1 Unit Each 24-WTTS-0 - Water Treatment Test Strip Kit - Quantity of 1 Unit Each 24-020P-1 - CA-20P, 50% Citric Acid Rinse Solution - Quantity of 1 Unit Each M565911 - Extended Ring Main 2x5m - Quantity of 1 Unit Each 111147 - Aqua C Uno RO Install with Isopure Cart - Quantity of 3 Units Each Training Initial training consisting of a minimum of twenty-four (24) hours to a maximum on forty (40) hours and one (1) follow-up training for five (5) - healthcare professionals. If additional clinical support training is needed beyond the initial training and one (1) follow-up training, then additional fees will apply. Quantity of 1 Unit Each The associated North American Industry Classification System (NAICS) code for this acquisition is 334513 Water Quality Monitoring and Control Systems Manufacturing. The NAICS Size is 750 Employees. The Product Service Code (PSC) is 4610 Water Purification Equipment. This procurement is being conducted under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Products and Commercial Services, and FAR Part 13, Simplified Acquisition Procedures. In accordance with (IAW) FAR Part FAR 8.405-6(a)(1)(i)(B), Only one source is capable of providing the� supplies� or services required at the level of quality required because the� supplies� or services are unique or highly specialized. The anticipated award date is June 26, 2025. The Government intends to award a Firm-Fixed-Price contract. This is not a request for competitive quotes and is being posted for informational purposes only. The government does not anticipate receiving responses to this notice. However, interested parties who disagree with this action may submit a letter of interest that demonstrates your firm s capability, certifications, and authorization to compete for this acquisition to include a rationale for why you should be considered. The government reserves the right to verify and request additional documentation to be submitted. Interested parties must identify their interests and capability to respond to this requirement within five (5) calendar days of the publication of this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Interested parties must identify their interest solely via email to Contracting Specialist, Barbara Robertson, Barbara.Robertson@va.gov no later than June 23, 2025, at 12:00 PM Eastern Standard Time (EST). When responding to this announcement, respondents should include ""36C25025Q0655 - Notice of Intent"" in the subject line. Late responses shall not be accepted. No telephone inquiries will be accepted nor will telephone calls be returned. Only emailed responses will be considered. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed contract based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. Note: The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Contractor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA facility upon discovery of such items. Questions regarding this notice should be sent to Contracting Specialist, Barbara Robertson no later than June 20, 2025, 12:00 PM Eastern Standard Time (EST) at Barbara.Robertson@va.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f8894c41170446bcb449be97714948c5/view)
 
Record
SN07475258-F 20250614/250612230037 (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.