SOURCES SOUGHT
Q -- GreenLight XPS Laser Annual Maintenance Services for Tripler AMC, HI
- Notice Date
- 4/30/2014
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Pacific Regional Contr Ofc TAMC, ATTN: MCAA PC BLDG 160, 160 Krukowski Road, Honolulu, HI 96859-5000
- ZIP Code
- 96859-5000
- Solicitation Number
- W81K02-14-T-0066
- Response Due
- 5/7/2014
- Archive Date
- 6/29/2014
- Point of Contact
- Lee Miyashiro, 8084336450
- E-Mail Address
-
Pacific Regional Contr Ofc TAMC
(lee.miyashiro@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified sources; (2) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. The NAICS code is 811219 and the Size Standard is $19M. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a small business set-aside is possible. Tripler Army Medical Center (TAMC) is seeking qualified sources to provide non-personal services for the maintenance of the GreenLight XPS Laser System at Tripler Army Medical Center, Hawaii. Services shall include all labor, parts, material and travel, to repair and/or maintain the equipment, in fully functional condition in accordance with (IAW) manufacturer's specifications. Type of Contract - The Government intends to award a Firm, Fixed-Price contract with an estimated base period of 1 July 2014 through 30 June 2014 with four (4) one-year options to the successful quoter. Contract Requirements - The contractor shall be required to perform these services and meet the minimum requirements within the following constraints: Equipment Model: GreenLight XPS 1. The contractor shall provide trained personnel for on-site support, to include labor, travel, tools, diagnostic equipment, hardware, firmware, test phantoms, materials, supplies, parts and test equipment necessary to perform all operations in connection with scheduled and unscheduled on-site services, 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. Any software updates provided by the OEM for covered equipment that enhances equipment functions and operations without hardware changes shall be installed. All equipment must be in compliance with Joint Commission, HIPAA and the NFPA 99 Standard For Health Care Facilities. 2. Services under this contract shall be performed by individuals who have demonstrated knowledge, and competence in servicing and maintaining the specified equipment under this contract. The Contractor shall insure repair technicians have been fully trained and experienced in testing and repairing the equipment and components on contract. The chosen representative by the contractor shall have a minimum one (1) year of experience in maintaining the equipment. 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 service offerings and options. Responses should also include a capability statement to address the Contract Requirements identified above. Written submissions shall be sent to the attention of Mr. Lee Miyashiro, Contract Specialist, Pacific Regional Contracting Office, 160 Krukowski Road, Tripler, HI 96859; Email lee.h.miyashiro.civ@mail.mil. Telephone responses will not be accepted. Responses must be received no later than 7 May 2014 at 12:00 PM Hawaiian Standard Time. This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified sources; (2) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. The NAICS code is 811219 and the Size Standard is $19M. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a small business set-aside is possible. Tripler Army Medical Center (TAMC) is seeking qualified sources to provide non-personal services for the maintenance of the GreenLight XPS Laser System at Tripler Army Medical Center, Hawaii. Services shall include all labor, parts, material and travel, to repair and/or maintain the equipment, in fully functional condition in accordance with manufacturer's specifications. Type of Contract - The Government intends to award a Firm, Fixed-Price contract with an estimated base period of 1 July 2014 through 30 June 2014 with four (4) one-year options to the successful quoter. Contract Requirements - The contractor shall be required to perform these services and meet the minimum requirements within the following constraints: Equipment Model: GreenLight XPS 1. The contractor shall provide trained personnel for on-site support, to include labor, travel, tools, diagnostic equipment, hardware, firmware, test phantoms, materials, supplies, parts and test equipment necessary to perform all operations in connection with scheduled and unscheduled on-site services, in order to maintain the listed equipment and/or its components if any, in a fully functional state, in accordance with the Original Equipment Manufacturer (OEM) specifications. Any software updates provided by the OEM for covered equipment that enhances equipment functions and operations without hardware changes shall be installed. All equipment must be in compliance with Joint Commission, HIPAA and the NFPA 99 Standard For Health Care Facilities. 2. Services under this contract shall be performed by individuals who have demonstrated knowledge, and competence in servicing and maintaining the specified equipment under this contract. The Contractor shall insure repair technicians have been fully trained and experienced in testing and repairing the equipment and components on contract. The chosen representative by the contractor shall have a minimum one (1) year of experience in maintaining the equipment. Responses to this notice should include company name, address, and telephone number, point of contact, and brochures which will allow the Government to understand your service offerings and options. Responses should also include a capability statement to address the Contract Requirements identified above. Written submissions shall be sent to the attention of Mr. Lee Miyashiro, Contract Specialist, Pacific Regional Contracting Office, 160 Krukowski Road, Tripler, HI 96859; Email lee.h.miyashiro.civ@mail.mil. Telephone responses will not be accepted. Responses must be received no later than 7 May 2014 at 12:00 PM Hawaiian Standard Time. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. 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 qualifications to perform the work. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA16/W81K02-14-T-0066/listing.html)
- Place of Performance
- Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI
- Zip Code: 96859-5000
- Zip Code: 96859-5000
- Record
- SN03353559-W 20140502/140430235723-d3dc321af4a86e22f325736be7c15911 (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 |