Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2020 SAM #6702
SPECIAL NOTICE

J -- Intent to Sole Source Aranz Silhouette Annual Maintenance CX

Notice Date
4/3/2020 5:09:10 AM
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620Q0481
 
Archive Date
05/03/2020
 
Point of Contact
Albert J Kelly Contract Specialist 713-794-7421
 
E-Mail Address
Albert.Kelly@va.gov
(Albert.Kelly@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE The Michael E. DeBakey VA Medical Center (MEDVAMC) Houston, Texas intends to solicit and Sole Source a Firm-Fixed-Price contract with a base year and four one-year option periods with one Large Business (LB) source, Iron Bow Technologies, LLC. Contractor shall provide services for 20 SilhouetteStar cameras and software support for the SilhouetteConnect, SilhouetteCentral and SilhouetteLink software. ARANZ Medical Ltd., is the original equipment manufacturer (OEM) for the equipment listed below. Government equipment is located at 2002 Holcombe BLVD, Houston, TX. 77030 EQUIPMENT IDENTIFICATION AND COVERAGE Qty Serial # Equipment Coverage Coverage Date 20 Cameras F14T00016, F14T00017 H14T00008, H14T00009 H14T00010, H14T00011 J13T00001, J13T00002 J13T00003, J14T00002 J14T00005, J14T00014 J14T00017, J14T00018 J14T00020, J14T00021 J14T00022, J14T00023 J14T00025, J14T00026 Silhouette�Aranz� Silhoulettestar Camera -Support and Warranty -Software Support Period of Performance Base Year Qty Serial # Equipment Coverage Coverage Date 20 Cameras F14T00016, F14T00017 H14T00008, H14T00009 H14T00010, H14T00011 J13T00001, J13T00002 J13T00003, J14T00002 J14T00005, J14T00014 J14T00017, J14T00018 J14T00020, J14T00021 J14T00022, J14T00023 J14T00025, J14T00026 Silhouette�Aranz� Silhoulettestar Camera -Support and Warranty -Software Support - Annual Silhouette Central VistA License Period of Performance Option Year 1 � Qty Serial # Equipment Coverage Coverage Date 20 Cameras F14T00016, F14T00017 H14T00008, H14T00009 H14T00010, H14T00011 J13T00001, J13T00002 J13T00003, J14T00002 J14T00005, J14T00014 J14T00017, J14T00018 J14T00020, J14T00021 J14T00022, J14T00023 J14T00025, J14T00026 Silhouette�Aranz� Silhoulettestar Camera -Support and Warranty -Software Support Period of Performance Option Year 2 Qty Serial # Equipment Coverage Coverage Date 20 Cameras F14T00016, F14T00017 H14T00008, H14T00009 H14T00010, H14T00011 J13T00001, J13T00002 J13T00003, J14T00002 J14T00005, J14T00014 J14T00017, J14T00018 J14T00020, J14T00021 J14T00022, J14T00023 J14T00025, J14T00026 Silhouette�Aranz� Silhoulettestar Camera -Support and Warranty -Software Support Period of Performance Option Year 3 The North American Industry Classification (NAICS) code for this acquisition is 811219, Other Electronic and Precision Equipment Repair and Maintenance. This purchase will be made under Simplified Acquisition Procedures and Other than Full and Open Competition, as authorized by FAR 6.302-1 and in accordance with FAR 13.106-1(b). The anticipated award date is May 15, 2020. The Government intends to award a Firm-Fixed-Price contract, in accordance with FAR 16.202-1. Please note that this is not a request for competitive quotes and is being posted for informational purposes only. Interested parties may identify their interests and capability to respond to this requirement within fifteen (15) calendar days of the publication of this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Interested parties shall submit clear evidence with an AUTHORIZATION LETTER from Original Equipment manufacturer (OEM) Aranz Medical. Interested parties shall submit clear evidence with the capability to provide the following for preventive maintenance, license, software and emergency services to maintain the government equipment. The following are main requirements but not limited to the following: Response Time: - The Contractor shall respond to service calls, within six (6) hours for telephonic or email response. The Contractor shall restore priority products within twelve (12) hours. This requirement for response time shall be the same for both services calls during the VA normal business hours and after-hour service calls, specifically between 8 AM to 11 PM. Corrective work shall be completed within seven (7) calendar days from telephone or email contact time. All work shall be performed by competent, experienced and factory-trained to work on the specific equipment. All work performed shall be first-class and accomplished in accordance with manufacturer s instructions, including but not limited to adjustments, calibrations, cleaning, lubricating, testing, disassembly, check-out, replacement of worn or defective parts, software support and upgrades, etc., required to keep the equipment in first-class operating condition provided the work needed is covered by the warranty or software support agreement as stated in this Statement of Work. Service calls concerning issues covered by this warranty and support agreement during the VA normal business hours and related to malfunctions not successfully preempted by preventive maintenance services shall be at no additional cost to the Government. Repair service calls shall not take time away from other requirements required under this contract. Emergency service or repairs authorized by the COR, which occur after the VA normal business hours of operation, shall be accomplished at the overtime-hourly rates specified in the pricing schedule only if the support or repair is not covered by this warranty and support agreement. Otherwise, the emergency service or repairs authorized by the COR shall be accomplished at no additional cost to the Government. The VA will be responsible for premium portion of the overtime rate only. All overtime service calls not covered under this warranty and support agreement shall be handled by one repairman only unless approved in advance by the COR. If regular time work must be carried over and the Contractor wishes to continue to work beyond the VA normal business hours of operation, authorization for overtime work not covered under this warranty and support agreement must be obtained from the COR before proceeding. The Government shall not be responsible for incidental charges including, but not limited to, parking, tolls, mileage, phone, etc., on straight time or overtime work. NOTE 1: Contractor shall be an authorize Contractor, trained technician, possess licenses and certification for proprietary equipment and services to meet all government requirements and objectives. NOTE 2: Contractor shall be an OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment and/or services contracts for maintenance of equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the supplies, equipment and/or services contracts for maintenance of equipment shall be in accordance with the OEM terms and conditions. NOTE 3: The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Contractor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA facility upon discovery of such items. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed purchase order based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. Questions regarding this notice should be sent to Contract Specialist Albert Kelly no later than April 7, 2020 by 9:00am (CST) albert.kelly@va.gov Evidence regarding this notice should be sent to Contract Specialist Albert Kelly no later than April 17, 2020 by 9:00am (CST) albert.kelly@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f3e434ecd6b14b5f97d59274a4ee0da9/view)
 
Record
SN05609629-F 20200405/200403230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.