Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2010 FBO #2981
MODIFICATION

J -- Service and Maintenance on Hematology System

Notice Date
1/20/2010
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
LOG0C027
 
Archive Date
2/11/2010
 
Point of Contact
Ruthie Washington, Phone: 301-295-1377, Timothy R Bunting, Phone: 301-295-1375
 
E-Mail Address
Clarinda.Washington.CTR@usuhs.mil, timothy.bunting@usuhs.mil
(Clarinda.Washington.CTR@usuhs.mil, timothy.bunting@usuhs.mil)
 
Small Business Set-Aside
N/A
 
Description
The Uniformed Services University of the Health Sciences (USU), located on the National Naval Medical Campus (NNMC) in Bethesda, MD, intends to negotiate an option year (base plus 1 one year option) contract on a sole source basis with Siemens Healthcare Diagnostics in Norwood, MA for an annual service and maintenance agreement. The service agreement is required for an ADVIA 2120 Hematology System. The contactor is to provide unlimited emergency (remedial) repairs on an as needed basis on the ADVIA 2120 to include Preventive Maintenance (PM) inspection(s) during the period of performance. Contractor shall provide all labor, parts, materials, tools, transportation and management necessary to maintain and repair the equipment on an as needed basis in strict accordance with OEM service specifications. The number of service calls placed with the contractor for remedial repair is unlimited. The contractor's initial response to any service call shall be within 48 hours (weekends and Government Holidays excluded). Within 48 hours of a service call, the contractor shall coordinate with the end user and schedule a time to conduct the necessary repairs. The contractor will work only during the Government's normal working hours, Monday through Friday, Federal holidays excluded, 7:30 a.m. to 4:00 p.m. The contractor shall perform to the standards in this contract on government owned equipment located at the Armed Forces Radiobiology Research Institute (AFRRI) in Bethesda, MD. All service technicians who will provide service to the equipment covered by this contract shall be OEM factory trained and certified or show the equivalency. Vendor shall maintain a library of technical manuals including all technical bulletins for each model of equipment covered by the contract. Contractor shall provide technical support, application support, and operational assistance to Government personnel on an as needed basis via phone and on site assistance. Contractor shall maintain a service history record on each piece of equipment covered under the contract and shall provide copies of field service reports to the end user and to the Technical Services Branch. This equipment will be procured in accordance with the procedures of FAR Part 12-Commercial Items and FAR Part 13-Simplified Acquisition Procedures. Sole source determination is made in accordance with: FAR Part 13.106-1 Soliciting Competition (b) Soliciting from a single source (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available. USUHS has determined that Siemens Healthcare Diagnostics is the only reasonably available source to meet the government's requirement. As the manufacturer of these systems, Siemens is the only company that has specialized and technical knowledge as well as the necessary tools, manpower and repair parts to maintain this piece of equipment in an operable state. Attempting to award this contact to another company could result in lost time in research and productivity. Another vendor was not located that had the technical and specialized knowledge and/or accessibility to repair parts for this system. This is not a request for quotes and a solicitation package will not be issued. Sources interested in responding to this requirement must be able to provide compelling evidence that they can provide the abovementioned requirement as specified. A determination by the government not to compete this proposed contractual action based upon responses received is solely within the discretion of the government. Responses must be received via email ( clarinda.washington.ctr@usuhs.mil ) by 9:00 a.m. EST on January 27, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/LOG0C027/listing.html)
 
Place of Performance
Address: 4301 Jones Bridge Road RM A1040C, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02045926-W 20100122/100120235617-1c044a538e76693336058afe500f4fc3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.