SPECIAL NOTICE
J -- X-Knife, Imagefusion, Stereoplan Software License and Functionality Subscription
- Notice Date
- 8/16/2011
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802D Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- 12TC0085
- Archive Date
- 9/2/2011
- Point of Contact
- Christopher M. Long, Phone: 2106719395
- E-Mail Address
-
christopher.long.30@us.af.mil
(christopher.long.30@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE OF INTENT TO AWARD 12TC0085 The 802d Contracting Squadron intends to issue a sole source firm fixed price purchase order to Integra Lifescience Corp (dba) Integra Radionics, 311 Enterprise Dr, Plainsboro, NJ 08536-3344 for Renewal of X-Knife, Imagefusion, Stereoplan Software License and Functionality Subscription for a period of 1 Oct 2011 - 30 Sept 2012 with two (2) One year options. DESCRIPTION REQUIREMENT: Integra Radionics is the proprietary developer of the X-Knife, Imagefusion, and Stereoplan Softwares and they will be responsible for: A. Hardware and Software Support Services. i. Shall provide software license, hardware and software support for XKnife computer system, to include X-Knife, Imagefusion and Stereoplan software. B. Software Updates i. Shall provide software updates, hardware and telephone support to maintain an XKnife computer system. ii. Upgrades, modifications and software enhancements shall be made available to the government at the time of release, at no additional cost to the government. iii. Shall ensure the software makes pertinent patient information available to healthcare providers while safeguarding patients' personal information in accordance with Health Insurance Portability and Accountability Act. C. Maintenance support Services i. Shall provide maintenance support service to ensure continuous operability of the system. All contracted equipment service technicians shall be trained and certified to work on the equipment by the contractor. ii. Shall provide one (1) annual preventative maintenance visit to include a system verification of the unit. If a determination that alignment, adjustment and/or replacement of parts are required, then theses services shall be performed at no additional cost to the government. iii. Shall provide unscheduled service visits between the hours of 8:00am and 5:00pm, Monday through Friday, within 48 hours of service call. iv. Parts and labor required, to maintain the XKnife computer system, will be provided at the time of service, at no additional cost to the government. All part replaced will meet original equipment manufacturers specifications. v. Shall provide all equipment safety modifications required throughout the term of the contract at no additional cost to the government. This purchase will be made under simplified acquisition procedures and Other than Full and Open Competition as authorized by FAR 13.106-1(b). This notice is neither a request for competitive proposals nor a solicitation of offers. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. However, all proposals received within 3 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and DFARS Change Notice 20110629, North American Industry Classification System Code 813920 and Size Standard of $7,000,000.00 apply to this procurement. The following FAR clauses and provisions apply to this requirement: Incorporated by reference - 52.212-4 Contract Terms and Conditions--Commercial Items, 52.222-3 Convict Labor, 52.222-21 Prohibition Of Segregated Facilities, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement Of Equivalent Rates For Federal Hires, 52.222.26 Equal Opportunity, 52.222-36 Affirmative Action For Workers With Disabilities, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, 52.233-3 Protest After Award, 52.247-34 F.O.B. Destination, 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, 252.225-7001 Buy American Act And Balance Of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Incorporated by full text - 52.212-5 (Dev) contract terms and conditions required to implement statutes or executive orders--commercial items, 52.252-2 clauses incorporated by reference, 52.252-6 authorized deviations in clauses, 252.212-7001 (dev) contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items, 5352.201-9101 Ombudsman, Wage Determination - WD 05-2521 (Rev.-12) is applicable. The Government intends to evaluate and award without discussions on this procurement. The intent of this procurement is to award based on Sole Source requirement. Quotes are not being requested and written solicitation will not be used.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/12TC0085/listing.html)
- Place of Performance
- Address: Wilford Hall Medical Center, 2200 Berquist DR, Lackland AFB, San Antonio, Texas, 78236-8300, United States
- Zip Code: 78236-8300
- Zip Code: 78236-8300
- Record
- SN02537061-W 20110818/110817000523-d19de9cca1224d7d41b217633813d333 (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 |