Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

65 -- JOINT DEFENSE LOGISTICS AGENCY AND VETERANS ADMINISTRATION RADIOLOGY AND IMAGING SYSTEMS PROGRAM

Notice Date
5/7/2015
 
Notice Type
Presolicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
 
ZIP Code
19111-5096
 
Solicitation Number
SPE2D1-15-R-0001
 
Archive Date
12/7/2015
 
Point of Contact
Maciej Okulicz-Kozaryn, Phone: 215-737-2888
 
E-Mail Address
Maciej.Okulicz-Kozaryn@dla.mil
(Maciej.Okulicz-Kozaryn@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Logistics Agency Troop Support Medical Supply Chain (DLA) and the Department of Veterans Affairs National Acquisition Center (VA NAC) are responsible for the acquisition and management of radiology and imaging systems, subsystems, and components along with maintenance services, training, and incidental services related to the supply of the equipment for customers located in the United States and worldwide. The joint DLA/VA NAC Radiology and Imaging Systems Program was established to support the requirements of both agencies. The objective of this solicitation is to establish the second generation of the joint program with multiple-award Indefinite Delivery/Indefinite Quantity contracts utilizing FAR 16.505 (b) multiple-award ordering procedures. DLA and the VA NAC will divide up all submitted proposals for evaluation, award and administration. Each agency will then be able to issue orders against any contract, regardless of which agency administers the particular contract. Based on joint historical sales data, with approximate annual sales of $650 million, the total program estimate for the next 10 years is $6.5 billion. This solicitation will provide for the supply of radiology and imaging systems, subsystems, and components along with maintenance services, training, and incidental services related to the purchase of the equipment. Radiology and imaging systems include but are not limited to computed tomography (CT) scanners, magnetic resonance imaging (MRI) systems, radiographic systems (X-Ray), nuclear medicine, ultrasounds, computed radiography, magnetoencephalography, Positron Emission Tomography (PET)-CT, PET-MR scanners, cyclotrons, angiography, cardiac catheterization, mammography systems, upgrades, repair parts, software, and accessories. Incidental services are standard commercial services that the contractor may be asked to perform in connection with supplying items under the scope of the contract. What constitutes an incidental service is fact specific and will be a function of factors such as type of service, amount charged for the service, dollar amount charged for the supplies, existence of a close relationship between the service and the item supplied, and the time required to perform the service. Maintenance, calibration or repair of certain equipment that meets all the conditions set forth in FAR 22.1003-4 (c)(1)(ii.) are allowable as long as the vendor provides full certification under FAR 52.222-48 - Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Certification (MAY 2014). Third party multivendor maintenance is allowable if all conditions at FAR 22.1003-4 (c)(1)(ii.) are applicable. The Government may issue delivery orders to lease equipment under the IDIQ contracts awarded from this solicitation based on a case-by-case evaluation of comparative costs and other factors and determination that it is to the Government's advantage under the circumstances in accordance with FAR Subpart 7.4. Orders may be issued in support of requirements from the Department of Defense (DoD), Department of Veterans Affairs (VA), other Federal Agencies/Organizations and foreign governments through the DoD foreign military sales programs. During the term of the contract DLA and VA NAC reserve the right to add other customer groups to be supported by this IDIQ contract. All contracts shall have a five-year base period and a single option to extend contracts for an additional five-year term. Vendors shall support all CONUS locations, Alaska, Hawaii, and U.S. Territories. Vendors may be asked to support OCONUS locations outside of Alaska, Hawaii, and U.S. Territories. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The Government intends to award a contract to all responsible offerors who can be determined acceptable on the overall non-price evaluation, and whose prices are determined to be fair and reasonable. The solicitation and attachments will be posted on https://www.fedbizopps.gov/ through modification/amendment of this solicitation synopsis/Presolicitation notice. The solicitation is expected to be issued on May 22, 2015 and to close on July 27, 2015 at 1:00 pm local Philadelphia time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/SPE2D1-15-R-0001/listing.html)
 
Record
SN03723773-W 20150509/150507235114-68b4cebaf95466d6dd4485f386747d12 (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  © 1994-2020, Loren Data Corp.