SOURCES SOUGHT
70 -- Pentax EndoPro IQ, 7.6 System
- Notice Date
- 8/23/2018
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Hood, 36000 Darnall Loop, Room 1300B, Fort Hood, Texas, 76544-5095, United States
- ZIP Code
- 76544-5095
- Solicitation Number
- W91151-18-Q-0231
- Archive Date
- 9/18/2018
- Point of Contact
- Mika Gant, Phone: 254-287-6347
- E-Mail Address
-
mika.l.gant.civ@mail.mil
(mika.l.gant.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Pentax EndoPro IQ, 7.6 System to replace the current EndoWorks system that is being discontinued, on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm Fixed Price contract to THUNDERCAT Technology for a Pentax EndoPro IQ, 7.6 system for the Gastroenterology clinic in Darnell Hospital. The statutory authority for the sole source procurement is statutory authority, : 10 U.S.C. 2304(c)(2) or 41 U.S.C. 3304(a)(2 as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Description of Service: 1. QTY 1 DELL R630 APPLICATION SERVER Rack Mount Form Includes: 1 QTY ASSY: Server, Rack Mount Form Factor 2. QTY 4 Endo iQ Capture Workstation includes: QTY 4 Image Capture PC QTY 4 Universal power Supply with Backup QTY 4 22" Dell LCD Monitor QTY 4 6' VGA to S-Video Cable QTY 4 6' DVI to DVI cable QTY 4 6' SDI to SDI Cable QTY 8 10' Network Ether Cable QTY 4 12' Data Cable 3. QTY 4 Interface Cables for Olympus Processors- Includes : QTY 4 Data Interface for Olympus/Fujinon QTY 4 Cable for CV-140/160/180//190 4. QTY 4 Medical Grade Tri- Pedal Footswitch 5. QTY 1 Ms SQL Server Standard Runtime Single User & Server License 6. QTY 1 MS SQL Server Standard Single user & Server License maintenance 7. QTY 4 MS SQL Server standard Runtime single User License 8. QTY 4 MS SQL Server standard Runtime single User License Maintenance 9. QTY 1 MS SQL Server Enterprise Runtime 8 Core Server License 10 QTY 1 MS SQLServer Enterprise 8 Core Core Server License maintenance 11. QTY 1 MS SQL Server Enterprise Runtime 4 Core Server License 12. QTY 1 MS SQL Server Enterprise Runtime 4 Core Server License Maintenance 13. QTY 1 endoPRo iQ Department of Defense Site License (per site) 14. QTY 4 endoPRo iQ Capture License (per procedure (room) 15. QTY 1 endoREMOTE Mobile Cart Sync License Iper mobile cart) 16. QTY 4 Doc-U-Scribe Reporting License (per capture workstation) 17. QTY 4 Nursing Notes License (per Capture workstation) 18. QTY 4 Motion Picture Studio Video Capture License (per capture workstation) 19. QTY 15 endoPro iQ Review License (per review workstation) 20. QTY 1 endoPRO iQ Review Workstation Virtualization License 21. QTY 1 HL7 Outbound Interface 9ADT/SIU/ORM) 22. QTY 1 HL7 Outbound interface (ORU) 23. QTY 1 HL7 Outbound Interface (UNC/PDF 24. QTY 1 Vitals Monitor interface 25. QTY 1 Data Conversation-Endworks 26. QTY 1 Installation, Training, Customization 27. QTY 1 Nursing Notes Implementation 28. QTY 1 Base Year Software Maintenance Agreement This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offers to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is/are:334510 and the size standard 150 employees. Any interested participants are requested to submit a response which demonstrates the firm's ability and interest in meeting the supply requirements in the description. All proprietary information should be marked as such. Interested participants shall respond to this Sources Sought not later than 3 September 2018, 11:59 noon CST. Per FAR 15.201 (c) Interested offers may provide feedback, including proposed contract type,deemed most appropriate for this requirement. E-mail is the preferred method when receiving responses to this notice and should be submitted to mika.l.gant.civ@mail.mil. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott D. Kukes,at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a5eb0e905b0f96eaf48e56c8cad4452f)
- Place of Performance
- Address: CARL R DARNALL ARMY MED C, BLDG 36065 SANTE FE AVE, Fort Hood, Texas, 76544-4752, United States
- Zip Code: 76544-4752
- Zip Code: 76544-4752
- Record
- SN05052147-W 20180825/180823231140-a5eb0e905b0f96eaf48e56c8cad4452f (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 |