Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOLICITATION NOTICE

J -- Maintenance Contract

Notice Date
12/6/2011
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
 
ZIP Code
00000
 
Solicitation Number
N62645RCES001
 
Response Due
12/21/2011
 
Archive Date
2/21/2012
 
Point of Contact
Derek Bell 301-619-6914
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.106-1(b)(1)) The proposed source is Hologic, Inc., 35 Crosby Drive, Bedford, MA, 01730. The proposed action is for a maintenance contract for Hologic equipment. NH Bremerton has a requirement for a maintenance contract for the following Hologic systems: a Dimensions 2D Mammography System (S/N: 81006100294) and Digital Now LS (S/N: LS0609), as well as coverage for plastic paddles and face shields. The following systems for NH Pensacola are two InSight Mini C-Arms (S/N: 09-0907-03, S/N: 09-0308-07), a Discovery SL (S/N: 83096), a Selenia (S/N: 28409095066W), a Multicare Platinum (S/N: 31505102530), an R2 CAD (S/N: C1467), and the ATEC Pearl (101379), as well as coverage for plastic paddles and face shields. The following systems for NMC San Diego are two Selenias (S/N: 28409106126W, S/N: 28409106133W), and a Multicare Platinum (S/N: 31501112670), as well as coverage for plastic paddles and face shields. The maintenance shall be provided by original equipment manufacturer (OEM)-certified technicians and shall use only OEM-approved replacement parts. At least one preventive maintenance inspection shall be done during the contract year. Two preventative maintenance inspections shall be done during the contract year on all mammography systems. The maintenance contract shall cover all applicable glassware, tubes, and detectors for the imaging equipment. The contract shall include all applicable software updates. This acquisition is being conducted under simplified acquisition procedures FAR 13. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 811219 with a small business size standard of $19M. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. 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. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Derek Bell at derek.bell@med.navy.mil. Statements are due not later than 4:00 PM EST on 21 Dec 2011. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645RCES001/listing.html)
 
Record
SN02634693-W 20111208/111206234848-9ca3bda4320ecaf9820e8860eceec6e1 (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.