SOLICITATION NOTICE
J -- Service and maintenance support of digital diagnostic imaging systems - Notice of Intent
- Notice Date
- 8/4/2017
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N6264517R0077
- Point of Contact
- Andrew A. Hampton,
- E-Mail Address
-
andrew.a.hampton3.civ@mail.mil
(andrew.a.hampton3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The proposed acquisition is for service and maintenance support of digital diagnostic imaging systems manufactured by GE. DEPARTMENT OF THE NAVY NAVAL MEDICAL LOGISTICS COMMAND NOTICE OF INTENT The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR 13.501(a)) Sole source (including brand name) acquisitions. The proposed source is General Electric Company, 3000 North Grandview Boulevard W-443, Waukesha, WI 53188-1615. The requiring activity is the Expeditionary Medical Facility (EMF) at Camp Lemonnier, Djibouti, Africa. The proposed acquisition is for service and maintenance support of digital diagnostic imaging systems manufactured by GE. These systems include: Digital Radiographic Unit, Mobile Radiographic/Fluoroscopic Unit, Mobile Radiographic Unit, and Digital Radiographic Detector. The Contractor shall maintain the systems within the original equipment manufacturers (OEM) specifications. Support for the digital diagnostic imaging systems shall include unlimited telephone support (24x7), four (4) preventive maintenance visits per unit per period of performance, four (4) Biomedical Equipment Technician service training sessions per system per period of performance, and two (2) on-site corrective maintenance visits per unit per period of performance, for all medical devices listed in the performance work statement.. All maintenance provisions shall apply to hardware, firmware, and software, as appropriate, unless otherwise stated. The Contractor shall provide all parts, glassware, labor, materials, travel, personnel, supervision, and freight for the scheduled, preventive and corrective maintenance of all equipment identified. Support will be provided at a firm, fixed price, including all parts, glassware, labor, materials, travel, personnel, supervision, and freight for the scheduled, preventive and corrective maintenance of all equipment identified. This contract shall provide unscheduled support/service coverage between the hours of 7:30AM and 5:00PM, local time in Djibouti, Africa, from Monday through Friday, excluding United States Federal Government holidays. Support shall be provided for a period of performance spanning one year, initiating in fiscal year 2017; four (4) option years shall be available. The aggregate amount of radiographic equipment covered under the contract shall fluctuate over time, as hardware and software eclipse useful life and as new equipment's warranty expires. However, the aggregate requirement and level of effort will remain relatively constant over the life of the contract. Any fluctuations to the equipment list will be executed through an official contract modification. When product recalls or upgrades are necessary to maintain the equipment in service within the original manufacturer's specifications, the Contractor shall provide all associated hardware and software updates/upgrades. Contractor Field Service Personnel shall hold a current, unexpired, and official United States passport. Vendor shall be an Original Equipment Manufacturer (OEM) authorized maintenance contractor for the proposed equipment/systems, 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. General Electric Company is the only company that can meet this requirement. This acquisition is being conducted in accordance with FAR Part 12 and FAR 13. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 811219 with a Small Business Size Standard of $20,500,000.00. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes technical data and price information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. 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 or to proceed with a sole source purchase order. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Andrew Hampton at andrew.a.hampton3.civ@mail.mil. Closing date for challenges is no later than 3:00 PM. local time on 18 Aug 2017. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264517R0077/listing.html)
- Record
- SN04614354-W 20170806/170804232431-5e9033236db9bb5cd7174606a4f6300d (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 |