SOLICITATION NOTICE
J -- Trophon Service Maintenance - Statement of Work
- Notice Date
- 2/27/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N0025918N0039
- Archive Date
- 3/19/2018
- Point of Contact
- Jeffrey P. Collins, Phone: 6195328076
- E-Mail Address
-
jeffrey.p.collins20.civ@mail.mil
(jeffrey.p.collins20.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Notice of Intent to Sole Source The Naval Medical Center San Diego (NMCSD) intends to award a sole source purchase order under the authority of FAR 13.106-1(b), due to only one source being available to meet the Government's needs, to General Electric Company; 3000 N Grandview BLVD W-443, Waukesha, WI 53188-1615. The objective of this sole source award is to acquire an onsite service maintenance contract for proprietary Trophon Disinfection Units in use in multiple NMCSD departments. The contract will be awarded as a base year with two additional options, totaling no more than three years. Requested Service: The contractor shall provide all services, labor, parts, materials, and equipment necessary for the service and maintenance for twenty-seven (27) government-owned Trophon EPR units at Naval Medical Center San Diego (NMCSD). Contractor shall provide refresh maintenance services on up to thirteen (13) of the listed devices that reach 5,000 disinfection cycles. This service shall include inspection of the device for proper function, preventive maintenance and servicing, replacement of parts, seals, and lubricants as required for proper functioning, adjustment and software updates to the device, and any other routine services needed to ensure proper function of the device. Contractor shall service and maintain the equipment within the original equipment manufacturers (OEM) specifications, in accordance with the US, State, and Local laws and regulations, US Navy regulations, and Joint Commission requirements. All services must be performed in accordance with the attached statement of work. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. 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 or to proceed with a sole source purchase order. Capability statements are due by 6:00AM Pacific Standard Time, 4 March 2018. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: Jeffrey.p.collins20.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025918N0039/listing.html)
- Record
- SN04836817-W 20180301/180227231812-1048f73c7dfcab8a1e3fd1afcbd90b8f (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 |