Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2024 SAM #8185
SPECIAL NOTICE

99 -- Notice of Intent to Sole Source: Maintenance Service for Philips Imaging Medical Equipment

Notice Date
4/23/2024 9:43:18 AM
 
Notice Type
Special Notice
 
Contracting Office
W40M USA HCA JBSA FT SAM HOUSTON TX 78234-4504 USA
 
ZIP Code
78234-4504
 
Response Due
4/26/2024 12:00:00 PM
 
Archive Date
05/11/2024
 
Point of Contact
Tracy Adams, Chris Finkenstadt
 
E-Mail Address
tracy.c.adams.civ@health.mil, john.c.finkenstadt2.civ@health.mil
(tracy.c.adams.civ@health.mil, john.c.finkenstadt2.civ@health.mil)
 
Description
NOTICE OF INTENT TO SOLE SOURCE The U.S. Government, Medical Readiness Contracting Office - West, JBSA - Fort Sam Houston, Texas intends to award a services contract to provide non-personal service(s) for hi-tech medical equipment maintenance and repairs for Government-owned equipment that are under warranty, EasyDiagnost Eleva DRF Radiography/Fluoroscopy System, Ingenuity CT System, Ingenia 1.5T MRI System, and Veradius Unity Mobile C-arm at Weed Army Community Hospital (WACH), to include all labor, parts, material, and travel, to maintain and/or repair the equipment in a fully functional condition IAW manufacturer specifications and IAW the Performance Work Statement (PWS). Period of Performance is from 01 July 2024 to 30 June 2025. The proposed contract number will be awarded on a sole source Firm-Fixed Price (FFP) action to: Philips North America LLC (CAGE Code:� 8HEG5) 22100 Bothell Everett HWY Bothell, Washington 98021-8431, United States Synopsis Description of Services: �This is a non-personal service requirement for a maintenance contract for the Government-owned Philips MRI Ingenia 1.5T scanner, contrast injector, and uninterruptable power supply; Veradius mobile c-arm; and EasyDiagnost Eleva DRF Radiography/Fluoroscopy System, at Weed Army Community Hospital (WACH) as identified in paragraph 3.1 of this Performance Work Statement (PWS), to include all labor, parts*, material, and travel, to calibrate and/or repair the equipment in a fully functional condition in accordance with (IAW) manufacturer (MFR) specifications. Parts being replaced for accidental damage, customer abuse or consumables (including but not limited to batteries) are not covered under this contract. The contractor shall provide trained personnel for on-site support, to include labor, travel, tools, hardware, firmware, diagnostic software, materials, supplies, parts, and test, measurement, & diagnostic equipment (TMDE) necessary to perform all operations in connection with scheduled preventative maintenance (PM) and/or calibration (CAL) procedures as well as unscheduled repair visits as needed in order to maintain the listed equipment and/or its components if any, in a fully functional state, in accordance with (IAW) the Original Equipment Manufacturer (OEM) specifications. This sole source requirement is issued under the statutory authority of FAR 13.501(a)(1)(ii) sole source only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. The Government intends to acquire a commercial item using FAR Part 12 and intends to procure from only one source under the authority of FAR 13.106-1(b)(2), that the circumstances of this contract action deem only a sole source is reasonably available to fulfill the stated requirement. The notice of intent is not a request for competitive proposals. This sole source synopsis is for informational purposes only. NOTE: INTERESTED VENDORS, PLEASE RESPOND TO THIS NOTICE ON OR BEFORE 26 April 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1f53fe4231ec4d8e9d9696bcf602c782/view)
 
Place of Performance
Address: Fort Irwin, CA 92310, USA
Zip Code: 92310
Country: USA
 
Record
SN07039398-F 20240425/240423230047 (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.