SOURCES SOUGHT
J -- Notice of Intent to Sole Source-Maintenance and Repair Services for Two (2) Olympus OER-Pro Scope Reprocessors at Naval Health Clinic Lemoore
- Notice Date
- 10/16/2023 12:01:30 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- HT941024N0002
- Response Due
- 10/31/2023 10:00:00 AM
- Archive Date
- 11/15/2023
- Point of Contact
- Nicole Ventinilla, Phone: 6195328098, Renier Valdez, Phone: 6195109135
- E-Mail Address
-
nicole.e.ventinilla.civ@health.mil, renier.s.valdez.civ@health.mil
(nicole.e.ventinilla.civ@health.mil, renier.s.valdez.civ@health.mil)
- Description
- Notice of Intent to Sole Source HT941024N0002 THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE NON-PERSONAL SERVICES CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Western Markets Contracting Division (WMCD), San Diego, intends to negotiate and award a firm fixed price contract for maintenance and repair services of two (2) Olympus OER-PRO scope reprocessors in accordance with Federal Acquisition Regulation (FAR) 13.501(a) Sole Source acquisitions and FAR 13.106-1(b)(1)(i), only one source being available to meet the Government�s needs, to: Olympus America, Inc 3500 Corporate Parkway Center Valley, PA 18034 The North American Industry Classification System (NAICS) code for this requirement is 811210 � Medical and surgical equipment repair and maintenance services; the business size standard is $34,000,000. The Product Service Code (PSC) is J065 - Maint/Repair/Rebuild Of Equipment- Medical, dental, and veterinary equipment and supplies. The objective of this sole source award is to procure non-personal services to maintain two (2) Olympus OER-PRO scope reprocessors at Naval Health Clinic Lemoore (NHCL) in working order, to include service maintenance, repairs, any necessary modifications/updates, access to technical support via telephone. The anticipated period of performance is for base year plus two (2) additional option years (01 Dec 2023 � 30 Nov 2026). The Naval Health Clinic (NHC) Lemoore requires service maintenance support for two (2) Olympus OER-PRO scope reprocessors for Colonoscopy and EGD scopes within the Main Operating Room Department . The reprocessors are designed to disinfect scopes used for Colonoscopy and Esophagogastroduodenoscopy (EGD) procedures in support of patient service. �The general intent is to provide a three (3) year full service agreement that includes full repair coverage with no cap for all equipment, 24/7 technical support, prioritized access to loaner equipment, and online repair tracking and history. The contractor shall perform the following services in accordance with the Statement of Work (SOW). Provide technical support, available 24 hours a day, seven days a week. Full repair coverage with no cap for all contracted equipment, including accidental damage at no extra charge. Prioritized repairs, typically with 24-48 hour turnaround. Next day shipping in both directions included at no charge. Service contracts administrative support. Olympus America Inc. is the sole distributor of the OER-PRO on behalf of AIZU Olympus Co. LTD., the Original Equipment Manufacturer (OEM). Olympus America Inc. and trained personnel and current as part of the Olympus OER-Pro Biomed Repair Service are the only authorized repair sources for the OER-PRO. Olympus America Inc. submitted a sole source letter attesting to the repair source requirements. All completed work shall be certified to meet OEM specifications. The work shall be performed at: Naval Health Clinic Lemoore 937 Franklin Ave Lemoore, CA 93245 Based on market research, Olympus America Inc. the only source that can meet the Government�s minimum requirements to maintain the two (2) OER-PRO reprocessors for the Colonoscopy and EGD scopes in support of patient service.� This notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required services for NHCL. Capability statements shall not exceed six (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 capability statements as a Microsoft Word or Adobe PDF attachment to Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil . The closing date for challenges is no later than 10:00am Pacific Time, 31 October 2023. NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7ad83cade32a4de6a9145d68bf902267/view)
- Place of Performance
- Address: Lemoore, CA 93245, USA
- Zip Code: 93245
- Country: USA
- Zip Code: 93245
- Record
- SN06860643-F 20231018/231016230050 (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 |