Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2020 SAM #6708
SPECIAL NOTICE

65 -- Notice of Intent USNS Comfort and Mercy BD BACTEC FX Maintenace

Notice Date
4/9/2020 6:56:24 AM
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
 
ZIP Code
21702-9203
 
Solicitation Number
N6264520RC6C503
 
Response Due
4/23/2020 7:00:00 AM
 
Archive Date
05/08/2020
 
Point of Contact
Deborah L. Hagan
 
E-Mail Address
Deborah.l.hagan.civ@mail.mil
(Deborah.l.hagan.civ@mail.mil)
 
Description
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (in accordance with FAR Part 13.106-1(b)(1) Soliciting from a single source.� The proposed source is Becton, Dickinson and Company (Becton Dickinson), 7 Loveton Circle, Sparks, MD 21152.� This acquisition is for the diagnosis, corrective and preventative maintenance of two (2) BD BACTEC FX unit blood culturing instruments onboard the USNS MERCY (T-AH 19) and the USNS COMFORT (T-AH 20), respectively. �There is one BD BACTEC TX unit blood culturing instrument onboard each ship. The vendor shall provide preventative maintenance and corrective maintenance inclusive of diagnosing/troubleshooting of the equipment, exchange/repair of the failed component(s), and any repairs to bring the units up to full operational condition in accordance with Becton Dickinson installation and ISO 13485 quality standards. Services will be performed onboard the USNS MERCY (T-AH 19) and onboard the USNS COMFORT (T-AH 20). This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement; however, if a vendor challenges the basis for this requirement, please submit a capability statement that includes sufficient detail and with convincing evidence that clearly demonstrates the capability to submit a product meeting the minimum requirements specified above. 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 procurement. Capability statements are due by 1000 Local Time, 23 April 2020.�� Capability statements shall be submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to deborah.l.hagan.civ@mail.mil. No phone calls will be accepted.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8710d184eb0b45fc96a1fcc512880588/view)
 
Place of Performance
Address: San Diego, CA, USA
Country: USA
 
Record
SN05615602-F 20200411/200409230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.