Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2019 FBO #6516
SPECIAL NOTICE

Q -- Repair and Maintenance Services for the Sterile Processing Department at Walter Reed National Military Medical Center

Notice Date
9/26/2019
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Other Defense Agencies, Defense Health Agency, Contracting Office-NCR, 8111 Gatehouse Road, 2nd Floor, Falls Church, Virginia, 22042, United States
 
ZIP Code
22042
 
Solicitation Number
11383055
 
Archive Date
10/15/2019
 
Point of Contact
Alice P. Martinez, Phone: 7032756372, Stephen C. Tees, Phone: 7032756333
 
E-Mail Address
alice.p.martinez.civ@mail.mil, stephen.c.tees.civ@mail.mil
(alice.p.martinez.civ@mail.mil, stephen.c.tees.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Defense Health Agency, National Capital Region-Contracting Division intends to award a sole source contract as follows: The statutory authority permitting other than full and open competition is FAR 6.302-2 Unusual and compelling urgency. (a) Authority. (1) Citations: 10 U.S.C.2304(c)(2) or 41 U.S.C.3304(a)(2). (2) When the agency's need for the supplies or services is of such an unusual and compelling urgency that the Government would be seriously injured unless the agency is permitted to limit the number of sources from which it solicits bids or proposals, full and open competition need not be provided for. (b) Application. This authority applies in those situations where- (1) An unusual and compelling urgency precludes full and open competition; and (2) Delay in award of a contract would result in serious injury, financial or other, to the Government. The services will be provided by STERIS Corporation. The STERIS Corporation technicians provide in-service training on the care of instrumentation and are highly skilled, certified, and trained in the repair, sharpening, care and handling of all instrumentation and medical devices. The previous contract expired August 31st, 2019. Inferior and/or damaged surgical instrumentation could result in extensive patient injury, high risk of important medical procedures being cancelled or not scheduled, all due to poor readiness without services to properly repair and maintain the instrumentation. Requirement consists of: Onsite repair and maintenance services of surgical instrument sets and medical devices that will include 2 visits per week, 10-15 trays per visit, inventory of surgical trays, sharpening, alignment, tungsten carbide inserts, re-insulation and recoating of electrosurgical instruments, springs, screws, and pin replacement, sonic cleaning and lubrication of single instruments, computerized tracking system of repair sets and devices; identification of non-repairable instruments, mission essential and critical instrument management, in-service training for SPD staff, before and after photos of repairs, financial analysis reports of all repairs and services, and a complete "End of Day" report documenting all repairs performed, to include items that are beyond repair. The period of performance will be 30 September 2019 through 29 September 2020. No solicitation is available at this time. The contract type contemplated is Firm Fixed Price. Interested persons may identify their interest and capability by responding to this notice. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit technical capabilities, pricing, and other information that demonstrates their ability to meet the Military Treatment Facility's needs. If your firm is capable of providing this service during the dates mentioned, please respond to this notice via email with detailed technical information by the response date. Telephone or facsimile inquiries are not acceptable in response to this notice. Responses should include: (1) Business Name (2) GSA or other contract number (if applicable) (3) DUNS (4) Point of Contact Name, Phone Number, and E-mail Address (5) Business Size SMALL or LARGE (6) Type of Business SERVICE DISABLED VETERAN OWNED, VETERAN OWNED, 8A, HUBZone, WOMEN-OWNED etc. Notice: The DHA may have non-Government employees (i.e., contractor employees) assisting with market research and/or analysis. These non-Government employees have all signed non-disclosure agreements and may have access to industry responses. Their companies are contractually bound not to compete for these requirements should it result in contract award(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dfd07cf51fcb320fb84b443b185a1b19)
 
Place of Performance
Address: Walter Reed National Military Medical Center, Bethesda, Virginia, 20889, United States
Zip Code: 20889
 
Record
SN05460214-W 20190928/190926231111-dfd07cf51fcb320fb84b443b185a1b19 (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 |
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.