SOLICITATION NOTICE
65 -- MAINTENANCE CONTRACT FOR HOLOGIC MEDICAL EQUIPMENT
- Notice Date
- 2/9/2012
- Notice Type
- Presolicitation
- Contracting Office
- N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
- ZIP Code
- 00000
- Solicitation Number
- N62645RCES010
- Response Due
- 2/24/2012
- Archive Date
- 3/31/2012
- Point of Contact
- BRIAN MILLER 301/ 619-1086
- Small Business Set-Aside
- N/A
- Description
- The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR 13.106-1(b)(1)) The proposed source is Hologic, Inc., 35 Crosby Drive, Bedford, MA, 01730. The proposed action is for a maintenance contract for Hologic equipment. Naval Medical Command San Diego (NMCSD) has a requirement has a requirement for a maintenance contract for the following Hologic systems: two Selenias (S/N: 28409106126W, S/N: 28409106133W), a Multicare Platinum (S/N: 31501112670) and ATEC Sapphire (S/N: 201334), as well as coverage for plastic paddles and face shields. The following systems for NH Camp Pendleton shall be covered: a Premier Mini C-Arm (S/N: 06080117) and four InSight 2 Mini C-Arms (S/N: 09-0510-05, S/N: 09-1009-03, S/N: 09-1009-04, S/N: 09-1007-06). NH Bremerton has a requirement for the following: Dimensions 2D Mammography System (S/N: 8100610) and Digital Now LS (S/N: LS0609), as well as coverage for plastic paddles and face shields. The following systems for NH Pensacola shall be covered: two InSight Mini C-Arms (S/N: 09-0907-03, S/N: 09-0308-07), a Discovery SL (S/N: 83096), a Selenia (S/N: 28409095066W), a Multicare Platinum (S/N: 31505102530), ATEC Pearl (101379), and InSight Mini C-Arm (09-1208-12) as well as coverage for plastic paddles and face shields. The maintenance shall be provided by original equipment manufacturer (OEM)-certified technicians and shall use only OEM-approved replacement parts. At least one preventive maintenance inspection shall be done during the contract year. Two preventative maintenance inspections shall be done during the contract year on all mammography systems. The maintenance contract shall cover all applicable glassware, tubes, and detectors for the imaging equipment. The contract shall include all applicable software updates. This acquisition is being conducted under simplified acquisition procedures FAR 13. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 811219 with a small business size standard of $19M. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date 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 be considered solely for the purpose of determining whether to conduct a competitive procurement. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Brian Miller at brian.miller4@med.navy.mil. In addition, challenges can be faxed to 301-619-1132 Attn: Brian Miller. Email challenges are preferred. Closing date for challenges is no later than 11:00 AM. EST on 24 February 2012. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645RCES010/listing.html)
- Record
- SN02672968-W 20120211/120210114940-1c5dfef1b51a3e5978300bfa47765345 (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 |