SPECIAL NOTICE
99 -- Preventative Maintenance and Corrective Maintenance of two (2) Beckman Coulter ACL Elite Pro � Coagulation Analyzers
- Notice Date
- 4/6/2020 9:54:29 AM
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
- ZIP Code
- 21702-9203
- Solicitation Number
- N6264520RC6C602
- Response Due
- 4/21/2020 7:00:00 AM
- Archive Date
- 05/06/2020
- Point of Contact
- Derrick Walker, Nicholas J Dankanich
- E-Mail Address
-
derrick.w.walker.civ@mail.mil, nicholas.dankanich@med.navy.mil
(derrick.w.walker.civ@mail.mil, nicholas.dankanich@med.navy.mil)
- Description
- The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (in accordance with FAR Part 13.106-1(b)(1) Soliciting from a single source.� The proposed source is Werfen USA, LLC, 180 Hartwell Road, Bedford, MA 01730.� This requirement is for onsite preventative maintenance and corrective maintenance, diagnosis, and parts for two (2) Beckman Coulter ACL Elite Pro � Coagulation Analyzers onboard the USNS Mercy (T-AH 19).� This acquisition is for the preventative maintenance and corrective maintenance of two (2) Beckman Coulter ACL Elite Pro � Coagulation Analyzers onboard the USNS Mercy (T-AH 19).� The vendor shall provide factory trained Original Equipment Manufacturer (OEM) certified technicians to service the Beckman Coulter ACL Elite Pro � Coagulation Analyzers.� The vendor shall provide preventative maintenance and corrective maintenance inclusive of diagnosing of equipment, exchange/repair failed component(s), and any repairs to bring the unit up to full operational conditions during Reduced Operating Status (ROS) and Activation Status in accordance with Werfen USA ISO 13485 quality standards.� Services will be performed onboard the USNS Mercy (T-AH 19). This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement; however, if a vendor challenges the basis for this requirement, please submit a capability statement that includes sufficient detail and with convincing evidence that clearly demonstrates the capability to submit a product meeting the minimum requirements specified above. 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 procurement. Capability statements are due by 10:00 A.M. EST, 21 April 2020.�� Capability statements shall be submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to derrick.w.walker.civ@mail.mil. No phone calls will be accepted. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/53da9e15d368418194af6173897c0055/view)
- Place of Performance
- Address: San Diego, CA 92136, USA
- Zip Code: 92136
- Country: USA
- Zip Code: 92136
- Record
- SN05611139-F 20200408/200406230144 (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 |