DOCUMENT
J -- SERVICES; SIEMENS BIOGRAPH PET/CT MAINTENANCE - Attachment
- Notice Date
- 7/11/2017
- Notice Type
- Attachment
- NAICS
- #811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
- ZIP Code
- 33744
- Solicitation Number
- VA24817N1213
- Archive Date
- 8/10/2017
- Point of Contact
- Steven Scharlow
- E-Mail Address
-
9-3307<br
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Special Notice of Intent to Sole Source This is a SPECIAL NOTICE ANNOUNCEMENT ONLY. The Department of Veteran Affairs (VA), VISN 8 Network Contracting Office intends to award a sole source contract for the C.W. Bill Young VA Medical Center (CWBYVAMC), 10,000 Bay Pines Blvd, Bay Pines, Florida 33744. This proposed contract action is to procure software support, preventative maintenance, emergency maintenance, and all repair parts (excluding glassware, ct tube) for the Siemens Medical Solutions Biograph mCT-S(40) positron emission tomography-computed tomography (PET-CT) system and subsystems. The system and subsystems include: Siemens Medical Solutions Biograph MCT-S(40) 4R PET-CT Scanner, EE #98640, SN: 31062 Fujitsu Celsius M720, workstation EE #98641, SN: 4933 Fujitsu Celsius M720, workstation EE #98644, SN: 1409 The Government intends to award a fixed-price contract to Siemens Medical Solutions USA, Inc. (DBA: Nuclear Systems Group), 40 Liberty Blvd, Malvern, PA, 19355 utilizing the Defense Logistics Agency Troop Support Medical Supply Chain s (DLA) IDIQ SPE2D1-17-D-0023 with Siemens under the authority Federal Acquisition Regulation (FAR) Part FAR 8.405-6(a)(1)(i)(B), Limited Source. Per 8.405-6(a)(1)(i)(B) Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. Market research confirms that only Siemens Medical Solutions USA, Inc. can provide proprietary software updates and upgrades for Siemens equipment, and no other software has been validated for these systems. Additionally, non-OEM technicians are not legally allowed to access Siemens Proprietary Software. Once equipment has been modified the software must be recalibrated on the system in order to obtain medical certification. This medical certification can only be achieved by Siemens certified technicians who have access to the software. Response: Responses to this Special Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. The purpose of this Special Notice announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described above. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. No funds have been authorized, appropriated, or received for this effort. Responses should include the following information: Business name, address, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. All offerors must be registered in the System for Award Management (www.sam.com) and Representations and Certifications must be completed prior to any future award. Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Special Notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811219 with a size standard of $20.5M. Any offeror capable of providing this service shall notify the Contracting Officer by email within 7 calendar days from the date of the publication of this special notice. All information is to be submitted no later than 4:30PM EST, July 18, 2017 to: steven.scharlow@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24817N1213/listing.html)
- Document(s)
- Attachment
- File Name: VA248-17-N-1213 VA248-17-N-1213.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3651447&FileName=VA248-17-N-1213-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3651447&FileName=VA248-17-N-1213-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-17-N-1213 VA248-17-N-1213.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3651447&FileName=VA248-17-N-1213-000.docx)
- Record
- SN04574018-W 20170713/170711234630-b57aaf2d338066590da9e18244ae89e2 (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 |