Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2013 FBO #4276
SOLICITATION NOTICE

J -- Davinci Maintenance

Notice Date
8/7/2013
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N0018314RQSU034
 
Archive Date
9/30/2013
 
Point of Contact
Derek J. Bell, Phone: 3016196914
 
E-Mail Address
derek.bell@med.navy.mil
(derek.bell@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.501) with Intuitive Surgical, Inc., 1266 Kifer Rd, Sunnyvale, CA 94086-5206, as the only responsible source that can provide service and support for proprietary hardware and software related to the installed base of DaVinci equipment at Naval Medical Center (NMC) Portsmouth. Intuitive Surgical, Inc. is the only vendor that can provide support to a DaVinci SI dual console telemanipulation system. Intuitive Surgical, Inc. is the original manufacturer of this equipment. Intuitive Surgical, Inc. is the only vendor that can provide OEM parts for the repair and maintenance of this DaVinci telemanipulation system. Intuitive Surgical, Inc. does not certify third parties to maintain their equipment. Only Intuitive Surgical, Inc. Field Service Engineers have the service knowledge to provide support to the DaVinci equipment. No other vendor is capable of providing hardware and software services and support to the DaVinci equipment installed at NMC Portsmouth. Base period shall be for one (1) year. Option years shall be available for four (4) consecutive year terms after the base year. The total contract amount for a base plus four option years is estimated at $825,000.00. Regulatory Requirements: The system and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The maintenance shall be provided by original equipment manufacturer (OEM)-certified technicians and shall use only OEM-approved replacement parts and proprietary software. This acquisition is being conducted under simplified acquisition procedures FAR 13.501 under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). 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 $19.0M. 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. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Derek Bell at derek.bell@med.navy.mil. Statements are due not later than 3:00 PM on 22 Aug 2013. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N0018314RQSU034/listing.html)
 
Record
SN03140903-W 20130809/130808000241-a7820ef15bb402bc17526618cfb785da (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.