Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2020 SAM #6736
SOLICITATION NOTICE

J -- Johnson & Johnson maintenance

Notice Date
5/7/2020 10:34:28 AM
 
Notice Type
Presolicitation
 
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
N6264520R0037
 
Response Due
3/21/2020 7:00:00 AM
 
Archive Date
04/05/2020
 
Point of Contact
Jan T Harding, Phone: 3016190177
 
E-Mail Address
jan.t.harding.civ@mail.mil
(jan.t.harding.civ@mail.mil)
 
Description
Notice of Intent The Naval Medical Logistics Command (NMLC) intends to award a sole source contract under the authority of FAR 13.501 to Johnson & Johnson Vision Inc, 1700 East St. Andrew Place, Santa Ana, CA 92705-4933, for maintenance services (i.e., general, preventive, and repair maintenance, telephone support, software and hardware upgrades and updates, repair and upgrade parts) on Johnson & Johnson Vision equipment.� The equipment requiring maintenance services under this contract include: Star S4 IR Excimer Laser, WaveScan WaveFront System, iDesign Wavescan Systems, and iFS Advanced Femtosecond Laser. Reference Equipment List below for model numbers, serial numbers, and quantities of each type of equipment per location. The equipment is owned by each requiring activity and is located at the following facilities: Naval Hospital (NH) Pensacola, including Naval Hospital (NH) Bremerton, NH Camp Pendleton, and NH Jacksonville, Naval Medical Center (NMC) Portsmouth, NMC Camp Lejeune, and NMC San Diego. Equipment� Serial number Quantity Naval Hospital Bremerton����������� STAR S4-IR��������� 9443������ 1 iDESIGN�������������� G301-4041���������� 1 IFS FEMTOSECOND LASER����������� 0814-80005�������� 1 Naval Hospital Camp Lejeune���� STAR S4-IR��������� 9444������ 1 iDESIGN�������������� G301-4060���������� 1 IFS FEMTOSECOND LASER����������� 1014-80009�������� 1 3. Naval Hospital Camp Pendleton����������� STAR S4-IR��������� 9315������ 1 iDESIGN�������������� G300-8024���������� 1 FS FEMTOSECOND LASER������������ 1212-70317�������� 1 4. Naval Hospital Jacksonville����� STAR S4-IR��������� 9451������ 1 IFS FEMTOSECOND LASER����������� 1014-80014�������� 1 5. Naval Medical Center Portsmouth������ STAR S4-IR��������� 9504������ 1 iDESIGN�������������� G300-3134���������� 1 iDESIGN�������������� G301-4135���������� 1 IFS FEMTOSECOND LASER����������� 1014-80012�������� 1 6. Naval Medical Center San Diego���������� STAR S4-IR��������� 9440������ 1 iDESIGN�������������� G300-3085���������� 1 IFS FEMTOSECOND LASER����������� 0814-80001�������� 1 Maintenance services are required to be provided by an Original Equipment Manufacturer (OEM) authorized maintenance provider so that the warranty is retained.� Johnson & Johnson Vision Incorporated is the only vendor authorized to service Johnson & Johnson Vision Incorporated products. The OEM (Johnson & Johnson Vision Incorporated) does not authorize any third party vendors to conduct maintenance, warranty or service work on any of their products. Service by a third party vendor will void the OEM warranty. Furthermore, Johnson & Johnson Vision Incorporated is the only vendor that services the proprietary software and Johnson & Johnson Vision Incorporated will not provide software support to third party vendors. This acquisition is being conducted under simplified procedures for certain Commercial Items FAR 13.501. There are not set-aside restrictions for this requirement.� The intended procurement will be classified under North America industry Classification System (NAICS) 811219 �with a Small Business Size Standard of $22million.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 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 contract. Capability statements are due by 1000 AM Local Time, 21 May 2020.�� Capability statements shall be submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to the following addresses: jan.t.harding.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/97f1023805344b77a71ed7ce9df8a70c/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN05649923-F 20200509/200507230204 (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.