SPECIAL NOTICE
99 -- Maintenance & Calibration for Medical Test Equipment
- Notice Date
- 9/2/2014
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- F1D4524181A001
- Archive Date
- 10/1/2014
- Point of Contact
- Timothy Jacob Cobb, Phone: 2406125640, Iman Dillard, Phone: 2406125634
- E-Mail Address
-
timothy.j.cobb21.mil@mail.mil, iman.n.dillard.mil@mail.mil
(timothy.j.cobb21.mil@mail.mil, iman.n.dillard.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice of Contract Action. The United States Air Force (USAF), 779th Medical Group (79th MDW), Air Force District of Washington (AFDW), Contracting Division, intends to award a "Sole Source" Firm Fixed Price (FFP) contract to Fluke Biomedical, to provide full service maintenance & calibration for the existing test equipment utilized by the 79th Medical Wing, Malcolm Grow Medical Center. The maintenance shall provide scheduled preventive maintenance inspections (PMIs), calibration, on-call corrective maintenance and as-needed parts and service for test equipment: Fluke Corp, Fluke Biomedical Test Equipment, Fluke Biomedical Radiation Management, Hioki USA Corp, General Specialty tools, ESD, Viasensor, Riken Keiki, Benson Medical Instruments, Larson Davis, Aussco, RTI Electronics, Disc Systems, Extech Instruments, Dentsply Caulk, Div Dentsply International, Daavlin Inc., Radcal Corp, Tektronix, Maxtec Inc., Monarch Instruments, Ametek Inc., Control Co., BC Group, Michigan Instruments, Ingmar Medical, Welch Allyn Inc., Pronk Technologies, Biotek Inc., TSI Inc., Impact, Extech Instruments, and Exergen Corp. The contract will provide telephone hotline support for system users during business hours and provide twice, annually comprehensive maintenance inspection. The contractor shall perform ongoing maintenance and emergency maintenance necessary to fulfill the customer's requirements. The contractor will provide all tools, parts, and labor needed for emergency or preventive maintenance and incur all associated travel costs. The anticipated period of performance is 12 months from contract award with two (2) one year options. This announcement is not a request for competitive quotations. If you are capable of fulfilling this requirement, submit a capabilities statement and past performance information i.e. previous contract and government POCs referencing F1D4524181A001, to A1C Timothy Cobb, Contract Specialist, Timothy.J.Cobb21.mil@mail.mil. If documents are sent via email, the contractor will be responsible for validating government receipt by calling the Contract Specialist at (240) 612-5640. Documents submitted shall not be returned. No solicitation document is available and telephone request for information will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/F1D4524181A001/listing.html)
- Place of Performance
- Address: Andrews AFB, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN03491515-W 20140904/140902235023-8ef5d3e8ed21bd9e009863f763fb3a0d (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 |