Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2019 FBO #6535
SPECIAL NOTICE

J -- Notice of Intent to Sole Source Varian Linear Accelerator maintenance services - Notice of Intent

Notice Date
10/15/2019
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N6264520RCES002
 
Archive Date
11/14/2019
 
Point of Contact
Mindy R. Franks, Phone: 3016192335, Tameka Davis, Phone: 3016191677
 
E-Mail Address
mindy.r.franks.civ@mail.mil, tameka.n.davis6.civ@mail.mil
(mindy.r.franks.civ@mail.mil, tameka.n.davis6.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent to Sole Source The Naval Medical Logistics Command (NMLC) intends to award a sole source contract under the authority of FAR 6.302-1 to Varian Medical Systems, Inc., 3100 Hansen Way, Palo Alto, CA. 94304-1030 for the performance of the described requirement in support of the Naval Medical Center, Portsmouth, Virginia. The requirement intends to provide the support, service, maintenance, and software licensing of Government-owned Varian Linear Accelerator Radiotherapy Systems at the Naval Medical Center Portsmouth, VA. Varian Medical Systems, Inc. is the only vendor capable of providing these services. The vendor shall provide unlimited telephone support, regularly scheduled preventive maintenance, inspections, calibrations, corrective maintenance tasks, unlimited emergency responses, and remote support (as allowable, via any existing authorized DISA Business to Business Gateway). Coverage shall be included for all Linear Accelerator Radiotherapy Systems, subsystem components, and assemblies listed in the performance work statement. All maintenance provisions shall apply to hardware, firmware, and software, as appropriate, unless otherwise stated. The Contractor shall provide all parts, labor, materials, travel, personnel, supervision, and freight for the scheduled (preventive) and unscheduled (corrective) maintenance for all equipment identified in the performance work statement. Maintenance and support shall be provided for a period of performance spanning seven months, initiating 01 November 2019 and ending 21 May 2020. Subsequent to the base period of coverage, two (2) option years shall be available without lapse. Software support shall be provided for a period of performance spanning one year, initiating 01 November 2019 and ending 30 April 2020. Subsequent to the base year of software coverage, two (2) option years shall be available, without lapse. The contractor shall provide telephonic and e-mail technical support during standard business hours (Monday-Friday, 7:30AM-5:00PM, local time). This contract shall provide unscheduled support/service coverage between the hours of 7:30AM and 5:00PM, local time in Portsmouth, from Monday through Friday, unless otherwise specified in the equipment listing in Technical Exhibit 1. Preventive maintenance shall occur outside of the first shift of Radiation Oncology, at a mutually agreed upon time, so as to avoid interruption of clinical workflow and overall patient care. The vendor and COR or Biomedical Equipment Repair Department (BIOMED) Technical Liaison shall agree upon such a time to conduct the four (4) quarterly preventive maintenance service instances. The Contractor shall maintain the equipment within the original equipment manufacturer's (OEM) specifications, in accordance with all US, State, and Local law and regulations, US Navy regulations, instructions, and Joint Commission requirements. The contractor must maintain the system, such that it meets Navy and DHA Cybersecurity requirements. Vendor shall be an Original Equipment Manufacturer (OEM) authorized maintenance contractor for the proposed equipment/systems, such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The period of performance for this contract is anticipated to be 30 months. NAICS Code: 811219 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 1 (8.5 x 11 inch) page 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 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 contract. Capability statements are due by 9:00 AM Eastern Time, 30 October 2019. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: mindy.r.franks.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264520RCES002/listing.html)
 
Place of Performance
Address: Naval Medical Center Portsmouth, 620 John Paul Jones Circle, Portsmouth, Virginia, 23708-2197, United States
Zip Code: 23708-2197
 
Record
SN05474629-W 20191017/191015230534-10e8aa6a9f30e0d3962ddb5e98e8a31f (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.