Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOURCES SOUGHT

J -- Hologic 3D Mammography System - Maintenance and Repair Services

Notice Date
7/1/2024 3:56:11 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
W40M MRCO PACIFIC FORT SHAFTER HI 96858-5098 USA
 
ZIP Code
96858-5098
 
Solicitation Number
W81K0224Q0080
 
Response Due
7/8/2024 3:00:00 PM
 
Archive Date
07/09/2024
 
Point of Contact
Felicia Jones, Raina Jean Cryoskie
 
E-Mail Address
felicia.m.jones16.civ@health.mil, rainajean.cryoskie2.civ@health.mil
(felicia.m.jones16.civ@health.mil, rainajean.cryoskie2.civ@health.mil)
 
Description
The Medical Readiness Contracting Office � Pacific (MRCO-P), Joint Base Lewis McChord Health Contracting Branch (JBLM-HCB) is issuing this Sources Sought notice for informational purposes only. This is NOT a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources and whether to conduct this procurement on a competitive basis. Responses to the information requested will assist the Government in determining the appropriate set-aside and acquisition method. MRCO-P, JBLM-HCB intends to award a Firm-Fixed Price (FFP) contract for a base period with up to two options, if exercised to the successful offeror. The NAICS code is 811210 and the successful offeror must be registered in the System for Award Management (SAM) with this NAICS code.� The requirement is for non-personal maintenance and repair services on Government-owned Hologic 3D Mammography System and components for Madigan Army Medical Center.�The contractor shall provide Original Equipment Manufacturer (OEM) fully certified/qualified technicians to perform the maintenance and repair services for the Hologic 3D Mammograph System and components as described herein to ensure that optimum operation and efficiency of the equipment is maintained, and that proper functioning of the equipment conforms to the OEM standard specifications. Contractors shall have knowledge of, furnish and install all OEM sponsored modifications at no additional charge. Additionally, the contractor shall have access to all required OEM tools, technical repair or service manuals, software, firmware, and any other required parts or proprietary knowledge that would be reasonably necessary to perform through the life of this contract. This includes all the OEM published Equipment Changed Orders (ECO) and Fielded Change Orders (FCO). Mandatory modifications include equipment upgrades or enhancements to equipment design and changes necessary for operator and patient safety. In addition, the Government may request the contractor to install OEM sponsored modification if the Government obtains knowledge of an ECO or FCO before the contractor.� The contractor will make all ECO and FCO modifications in a timely manner, but in no case shall it exceed sixty calendar days after ECO or FCO is announced by the OEM.� All such modifications shall be made so as not to interfere with the Government�s operation. If such modification is not possible during normal duty hours, the contractor will do the modifications outside of normal duty hours (overtime) at no additional cost to the Government. A draft Performance Statement of Work (PWS) is attached for review (Attachment 1) and Salient Characteristics (Attachment 2) Interested vendors may submit in writing their capabilities and qualifications demonstrating their ability to fulfill the requirement identified in this notice.� Responses to this notice should include company name, address, and telephone number, point of contact (POC), and brochures which will allow the Government to understand your offerings and options. Capability statements should be submitted to the attention of Mrs. Felicia Jones, Contract Specialist, at felicia.m.jones16.civ@health.mil. Telephone responses will not be accepted. Responses must be received no later than 3:00 PM Pacific Daylight Time (PDT) on Monday, 8 July 2024. Disclaimer and Notes:� This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response(s).� Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualification to perform the required maintenance and repair services. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response.� A determination by the Government not to compete this procurement on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0c99fd34d5f44efda5eba3c3fbd4604d/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA, USA
Country: USA
 
Record
SN07114298-F 20240703/240701230113 (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.