Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2016 FBO #5409
SOURCES SOUGHT

65 -- Non-Personal Services: Maintenance Service For Cynosure Ophthalmic Cynergy Lasers

Notice Date
9/12/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, ATTN: MCAA SE BLDG 39706, 39706 40th Street, Fort Gordon, Georgia, 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W81K00-16-T-0304
 
Archive Date
9/30/2016
 
Point of Contact
Timothy T. Hoerz, Phone: 2542856747
 
E-Mail Address
timothy.t.hoerz.civ@mail.mil
(timothy.t.hoerz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. The Regional Health Contracting Office - Central, has an upcoming requirement to solicit for and to award a non-personal maintenance award for two (2) Cynergy Laser Smartcool systems located at Evans Army Community Hospital, Fort Carson CO. The contractor shall provide Comprehensive Full Service Plan Maintenance Service to include all resources, labor, travel, transportation, parts, materials, equipment, and management necessary to keep the medical equipment in good operating condition and to perform all scheduled and unscheduled maintenance of the equipment for two (2) Cynosure Ophthalmic Cynergy Lasers. This non-personal services maintenance contract shall cover the repair, PM, calibration, and exchange services according to the Manufacturer's specifications for the equipment. It is anticipated that the proposed award will result in a Firm Fixed-Priced contract. Must meet the Anticipate salient characteristics listed below: A.The Contract shall be qualified and authorized to perform services on Cynosure Ophthalmic Cynergy Lasers. The Contractor shall provide only technically qualified technicians who are trained and certified to perform maintenance on the equipment. Service personnel must have a good working knowledge of the equipment. B. Software upgrades. All software upgrades, corrective in nature, or which enhance equipment features shall be at no-cost to the Government. C. Contractor shall provide all documentation required to meet all regulatory compliance-testing procedures. D. Equipment maintenance performance under the contract includes the unlimited replacement of defective parts. E. Contractor shall use reasonable efforts to provide on-site services with a response time not to exceed two business days after telephonic notification of a malfunction if contractor is unable to provide services via telephone support. F. The Contractor shall use reasonable efforts to respond telephonically within four hours during normal duty hour's days and within six hours after normal duty hours. G. The Contractor shall provide for all replacements of worn and/or defective parts that contractor has determined have failed under proper use as necessary to restore the equipment to 100% operational condition as specified by the OEM. I. The Contractor shall replace all worn, failed, or defective parts at no additional cost to the Government. The type of solicitation issued will be based upon the responses to this synopsis. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees', regarding this requirement is strictly prohibited. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these services. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The North American Classification System (NAICS) code for this requirement is 811219 - "Computer Terminal and Other Computer Peripheral Equipment Manufacturing". The Small Business Size Standard is $20.5 million dollars. Responses to this Sources Sought Notice should demonstrate the firm's ability, capability, and responsibility to deliver the supplies listed above. In response to this notice, interested parties shall submit a written Statement of Capability limited up to five (5) pages and shall include the following information: •Offeror's name, address, point of contact, phone number, and e-mail address. •Offeror's interest in providing a proposal/quote on the solicitation when it is issued. •Offeror's capability to meet the requirements. •Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute maintenance services for this equipment, comparable work performed within the past 5 years -brief description of the work, customer name, timeliness of performance, customer satisfaction, and dollar value of the work) - provide at least three (3) examples. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and expertise and experience to compete for this acquisition. •Offeror's type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability. Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government. Interested Offerors shall respond to this Sources Sought Notice no later than 15 September 2016 at 1:00 P.M. Central Standard Time. All interested businesses must be registered in the Central Contractor's Registration (CCR) through the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. Fax or email your response Tim Hoerz, Contract Specialist to FAX # 254-553-3906 or email: timothy.t.hoerz.civ@mail.mil. Telephonic inquiries will not be honored. EMAIL IS THE PREFERRED METHOD.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W81K00-16-T-0304/listing.html)
 
Place of Performance
Address: Evans Army Community Hospital, Fort Carson, Colorado, United States
 
Record
SN04266735-W 20160914/160912234904-73da6dc458bc17197d2114aca0ea3145 (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.