Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOLICITATION NOTICE

J -- Maquet Alphamaxx table Preventative Maintenance

Notice Date
1/24/2023 9:58:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NAVAL MEDICAL CENTER SAN DIEGO CA SAN DIEGO CA 92134-5000 USA
 
ZIP Code
92134-5000
 
Solicitation Number
HT941023N0124
 
Response Due
2/8/2023 11:00:00 AM
 
Archive Date
02/23/2023
 
Point of Contact
ZHAO LI
 
E-Mail Address
ZHAO.K.LI.CIV@HEALTH.MIL
(ZHAO.K.LI.CIV@HEALTH.MIL)
 
Description
Notice of Intent to Sole Source The Defense Health Agency intends to negotiate on a sole source basis (IAW FAR 13.501(a)), Only One Responsible Source. The proposed source is GETINGE USA SALES, LLC. GETINGE USA SALES, LLC is the only source that can provide original equipment manufacturer (OEM) preventative maintenance on Maquet Alphamaxx Beds. The objective of this sole source award for Naval Hospital Camp Pendleton Main Operating Room Department. The requirement is for preventative maintenance services of the 8 Maquet Alphamaxx Beds as well as yearly inspections to ensure dependable and reliable equipment operation. PREVENTIVE MAINTENANCE: Perform service repair/maintenance to industry standards. Ensure that only FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS who have gone through original equipment manufacturer (OEM) or comparable third party service schools for the above mentioned equipment, shall be employed in the performance of any and all work performed under this contract. Upon request, the contractor shall provide training certificates (or notarized copies) to the Biomed Repair Division for verification. The highest standard of professional capability and electrical/mechanical workmanship is to be maintained throughout the life of this contract. Make repairs to the extent necessary (as determined by inspection tests or disassembly) to ensure a functional system that will efficiently serve its intended purpose. All travel, on-site labor and repair parts needed to perform repairs. One scheduled preventive maintenance check according to Manufacturer. 24 x 7 Telephone Technical Support Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. Location: Naval Hospital Camp Pendleton Main Operating Room Department � BLDG H200, Camp Pendleton CA. This requirement is base year plus 4 option years. The period of performance is as follow: Base year: 04/01/2023 to 03/31/2024 Option year 1: 04/01/2024 to 03/31/2025 Option year 2: 04/01/2025 to 03/31/2026 Option year 3: 04/01/2026 to 03/31/2027 Option year 4: 04/01/2027 to 03/31/2028 There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 811210, the business size standard is 30.0 (millions of dollars). 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: Zhao Li @ zhao.k.li.civ@health.mil . Closing date for challenges is no later than 1100 PST on 02/08/2023. No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c0b55596f7d4b80a2fa014f18460de6/view)
 
Place of Performance
Address: San Diego, CA 92135, USA
Zip Code: 92135
Country: USA
 
Record
SN06571610-F 20230126/230124230105 (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  © 1994-2020, Loren Data Corp.