Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2019 FBO #6542
SOLICITATION NOTICE

J -- extended warranty coverage for Robotic Tool Picking System

Notice Date
10/22/2019
 
Notice Type
Presolicitation
 
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
N6264520Q0002
 
Archive Date
11/21/2019
 
Point of Contact
Kathryn L. Brown, Phone: 3016193067
 
E-Mail Address
kathryn.s.brown12.civ@mail.mil
(kathryn.s.brown12.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command (NMLC) intends to issue a sole source contract for maintenance services in accordance with FAR Part 13.501(a) to Satisloh North America, Inc (Satisloh) at N106 W13131 Bradley Way Suite 200, Germantown, WI 53022. Satisloh is currently providing preventive and corrective maintenance services for P@P Robotic Tool Towers located at the Naval Ophthalmic Support and Training Activity (NOSTRA) in Yorktown, PA. Satisloh is the sole distributer and service provider for P@P Robotic Tool Towers in United States. The only Original Equipment Manufacturer (OEM) trained technicians with the requisite knowledge to provide service on the P@P Robotic Tool Towers at NOSTRA are those employed by Satisloh. Satisloh maintains proprietary control over P@P robotic tool tower warranties and service in the United States. Only Satisloh can provide warranty and service associated with the P@P Robotic Tool Towers in accordance with the OEM terms and conditions under a warranty and support extension. Without service coverage by Satisloh, any stoppage in production would cause undue and very costly delays at NOSTRA resulting in unsupported equipment and impact its ability to meet mission requirements. It is more cost effective to maintain the current equipment than to competitively purchase new equipment. Given the proprietary nature of the software and the operating system, Satisloh is the only vendor capable of meeting the Government requirement. For the reasons noted above, NMLC intends to issue one Firm-Fixed Price (FFP) contract to Satisloh for preventative and corrective maintenance to ensure that NOSTRA is able to maintain its mission and keep the system functioning. The estimated award date is 08 December 2019. This notice of intent is not a request for competitive proposals. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and price 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 will not be considered as an affirmative response or acceptance of the capability statement. 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 2:00 PM Local Time, November 06, 2019. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: Kathryn.S.Brown12.civ@mail.mil. Please note, a Justification for Other Than Full and Open Competition will be posted within 14 days of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264520Q0002/listing.html)
 
Record
SN05480280-W 20191024/191022230705-74b7c74993cd1394529f1ab2e63c6445 (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.