Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOURCES SOUGHT

J -- Steris Maintenance

Notice Date
12/2/2019 10:31:44 AM
 
Notice Type
Presolicitation
 
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
N6809420RC30302
 
Response Due
12/17/2019 12:00:00 PM
 
Archive Date
03/01/2020
 
Point of Contact
Derek J. Bell, Phone: 3016196914
 
E-Mail Address
derek.j.bell.civ@mail.mil
(derek.j.bell.civ@mail.mil)
 
Description
The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR 13.501(a), Only One Responsible Source. The proposed source is Steris Corporation, 5960 Heisley Road, Mentor, OH, 44060-1834.Naval Medical Logistics Command has a requirement for a non-personal services contract to maintain designated, Government-owned medical equipment, manufactured by Steris Corporation, located at Naval Hospital (NH) Camp Pendleton. Maintenance and support shall be provided for a one (1) year period of performance spanning 01 February 2020 through 31 January 2021, including four (4) subsequent option years. The selected vendor must be able to provide support immediately upon award of a resulting order.The Contractor shall maintain all equipment listed in the performance work statement. The Contractor shall maintain the systems within the original equipment manufacturer’s (OEM) specifications, in accordance with all U.S., State, and Local laws and regulations, U.S. Navy regulations, instructions, and Joint Commission requirements. The Joint Commission’s requirements are specified in its Comprehensive Accreditation Manual for Hospitals (CAMH), readily found on https://www.jointcommission.org/. U.S. Navy regulations and instructions will be made available upon request. The Contractor must maintain any networkable systems such that they meet Navy and DHA Cybersecurity requirements.The firm, fixed-price (FFP) maintenance agreement shall include unlimited telephone support (0800 to 1700 local time at each site, Monday through Friday), preventive maintenance and inspections, corrective maintenance tasks, and unlimited emergency responses by the Contractor’s Field Service Engineers for all medical devices listed in the performance work statement. All maintenance provisions shall apply to hardware, firmware, and software, as appropriate, unless otherwise stated. The Contractor shall provide all parts, labor, materials, travel, personnel, supervision, and freight shipping for the scheduled, preventive, and corrective maintenance of all equipment identified.When product recalls or updates are necessary to maintain the contractual equipment inventory within the OEM’s specifications, the Contractor shall obtain and install same. The aggregate amount of equipment covered under the contract shall fluctuate over time, as hardware and software eclipse useful life and as new equipment comes off warranty. However, the aggregate requirement and level of effort will remain relatively constant over the life of the contract. Any changes to the equipment list will be executed through an official contract modification.This contract shall provide unscheduled support/service coverage between the hours of 0700 and 1700 (local time), Monday through Friday, excluding United States Federal Government holidays, which are identified online at the following site: https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact-sheets/holidays-work-schedules-and-pay.Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the equipment/system, such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 811219. 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.If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Derek Bell at derek.j.bell.civ@mail.mil. Closing date for challenges is no later than 3:00 PM ET on 17 December 2019. No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b37c083bef5c4052b5117b2e82db7297/view)
 
Record
SN05506868-F 20191204/191204045515 (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.