Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2010 FBO #3248
SOURCES SOUGHT

J -- Da Vinci Surgical System License and Maintenance plan

Notice Date
10/14/2010
 
Notice Type
Sources Sought
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
11TC0085
 
Archive Date
11/2/2010
 
Point of Contact
Robert De La Rosa, Phone: 2106715904
 
E-Mail Address
robert.delarosa.1@us.af.mil
(robert.delarosa.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought 1) Type of Notification: Sources Sought (FBO) This is a sources sought synopsis only, (not a pre-solicitation notice pursuant to FAR Part 5). The purpose of this notice is to gain knowledge of potential qualified sources. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) "number of employees" as defined by the Federal Acquisition Regulation (FAR) part 19.101 and (e) the amount of "annual receipts" as defined by the FAR part 19. In addition, the respondent must provide a capability statement that addresses the organization's qualifications and ability to perform as a prime contractor the work described below. 2) Description: Licenses and Maintenance Support Services for the Di Vinci Surgual HD System. The following is a brief summary of the specification required. This list is not all inclusive: This procurement is for 12-months 24/7 License, Preventive Maintenance and Repair support on Di Vinci Surgual HD System. The contractor shall provide complete care and full maintenance for Government owned Da Vinci Surgual HD System and must be licensed to perform maintenance. Provide software, hardware and equipment upgrades and updates as recommended or required to enhance equipment efficiency. Such services shall include user training, administrator training, software programming and project management. The government will evaluate the contractor's performance by appointing a representative to monitor performance monthly to ensure services are received. WHMC is operational 7 days a week 24 hours a day including holidays. Principle Period of Maintenance is- Monday thru Friday. 0700 - 1545 hours. 4) Place of Performance: These services would be performed at Wilford Hall Medical Center and/or military installations in San Antonio, TX. This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an Invitation for Bid nor Request for Proposal, and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this survey. Large and small businesses are encouraged to participate in this survey. Interested sources should submit responses to Mr. Robert De La Rosa, 802 CONS/LGCC, 1655 Selfridge Blvd., Lackland AFB TX 78236-5253. For any questions contact Mr. Robert De La Rosa at 210-671-5904, fax 210 671-0674, robert.delarosa.1@us.af.mil. Responses should contain Company Name, Address, Point of Contact, Cage Code, Phone Number, FAX Number, Size of Business pursuant to NAICS code 423430 (size standard 100), a brief resume of performance of similar services of the magnitude described above (include contact and phone number of projects listed), a statement as to whether your company is domestic or foreign owned, and a proposed price list of cost. Responses must be received no later than 19 Oct 10. Prospective vendors are cautioned that if you cannot provide the lease of Software Licenses and Maintenance Support Services, please do not respond to this notice. In the event a prospective vendor is selected for an award, the selected vendor must be registered in the following: Central Contractor Registration (CCR); https://www.bpn.gov/ccr/default.aspx Online Representations and Certifications Application (ORCA): https://orca.bpn.gov/ All prospective offerors who may be interested in participating in a future procurement for this requirement should respond to this Source Sought Notice by responding in FBO's electronic system or by contacting the individual(s) below: Robert De La Rosa Address: 802 CONS, 1655 Selfridge Ave., Building 5450 Lackland AFB, TX 78236-5253 E-mails: robert.delarosa.1@us.af.mil Phone number: (210) 671-5904 Fax number: (210) 671-0674
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/11TC0085/listing.html)
 
Place of Performance
Address: 2200 Burquest Dr, Lackland AFB, TX 78236, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02311295-W 20101016/101014234148-e50c208e1ea400a431c3ab35be903bb8 (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.