SPECIAL NOTICE
J -- Notice of Intent to Sole Source - Medical Sterilization Equipment Maintenance
- Notice Date
- 9/23/2020 1:24:03 PM
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- FA700020Q0141
- Response Due
- 9/30/2020 11:00:00 AM
- Archive Date
- 10/01/2020
- Point of Contact
- Miles Montgomery, Phone: 7193338093
- E-Mail Address
-
louis.montgomery.2@us.af.mil
(louis.montgomery.2@us.af.mil)
- Small Business Set-Aside
- SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
- Description
- Notice of Intent to Sole Source. The 10th Contracting Squadron (10 CONS/PKB), United States Air Force Academy (USAFA) intends to award on Sole Source basis to Sustainment Technologies, LLC for preventative maintenance and repair services on Steris manufactured medical sterilization equipment. This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-07, effective 31 August 2020. 10th Medical Group currently has medical sterilization equipment that requires preventative maintenance and unscheduled repair services.� Equipment includes 2 x AMSCO 400 Model 20 16X16X26 Prevacuum Single Sliding Recessed Electric 480V units / 1 x Reliance Vision SC 460 480V Washer / 1 x System 1E Sterilizer. Period of Performance is a base of one (1) year with four (4) 1-year options. Steris is the manufacturer of the equipment and Sustainment Technologies, a SDVOSB concern, is their only authorized contracted provider of parts and service. This procurement is for the acquisition of a sole source commercial service�using simplified procedures in accordance with FAR Parts 12 & 13. The North American Industry Classification System Code (NAICS) is 811219 and the business size standard is $20 million. Only one responsible source, and no other, will satisfy this requirement. Comprehensive preventative maintenance on medical sterilization equipment is required.� Services must be in accordance with (IAW) manufacturer's preventive maintenance procedures. Repairs must be performed IAW manufacturer requirements on all unscheduled repair service calls. All parts used during maintenance and repair services should be original equipment manufacturer parts. All personnel, software updates, parts, tools, materials, supervision, technical literature, manufacturer repair requirements/manuals, transportation and services necessary to meet the refractive surgical equipment maintenance and repair services requirement shall be provided. All services shall be conducted using manufacturer trained and authorized personnel. Maintenance of medical sterilization equipment, to include repairs, shall be performed IAW manufacturer specifications. The following summarizes the justification and approval of single source from Sustainment Technologies, LLC by detailing more specifically the proprietary nature of the requirement, as well as requirements that other vendors do not meet. Steris Corp. is the manufacturer of the existing medical sterilization equipment. Sustainment Technologies, LLC is the only contractor authorized by Steris to provide service and parts. IAW AFI 41-209, Medical Logistics Support, the purchase of refurbished or used medical equipment is not authorized, and the use of refurbished components is authorized only if provided by the original equipment manufacturer (OEM), an OEM-approved source or subsidiary, or Department of Defense or VA depot services. In order to ensure equipment accuracy and patient safety, preventative maintenance and repairs services for Steris equipment can only be performed by Steris-trained and authorized/certified personnel. All equipment must be serviced in accordance with manufacturer specifications, any deviation from these service procedures could put medical patients at risk of injury or death. In addition to having an authorized Steris service technician, suitable replacement equipment parts can only be provided by the manufacturer. These equipment items are highly specialized, medical sterilization units. Equipment must be maintained, tested, and inspected according to manufacturer specifications. Accreditation Association for Ambulatory Health Care requires that the hospital maintain records of equipment testing and maintenance in order to maintain accreditation. Sustainment Technologies is authorized by Steris Corporation to provide parts and service. Service providers for Steris equipment must be trained/certified by Steris using Steris certified parts. Steris does not train, certify, or support independent third party providers other than Sustainment Technologies to service their equipment or supply their parts. Steris trained/certified technicians and manufactured parts are required to ensure the equipment is maintained within manufacturer�s specifications. The use of an unauthorized Steris technician or non-manufactured, certified Steris parts could lead to equipment failure or malfunction, possible patient injury or blindness, lawsuits against the hospital and potential loss of hospital accreditation. This utilization of such untrained and uncertified sources would present a significant liability and risk to the Government. This synopsis is for notification purposes only and does not constitute a solicitation for bids or proposals. DO NOT submit a bid/quote in response to this notice. Any offerors believing they can provide the preventative maintenance and repair services on this Steris manufactured equipment that meets the requirements described above may provide evidence for consideration. Evidence must clearly support the offeror's claim that they can provide these services. All qualified sources may submit a response, which if received timely, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on responses to this notice is solely within the discretion of the Government. Responses must be received NLT 12:00 p.m. MDT on 30 Sep 2020. Responses received after this date will not be considered. The Government does not intend to pay for any information provided under this announcement. Contractors must have a current registration with the System for Award Management (SAM) at http://www.sam.gov/. The Government intends to award a firm fixed price purchase order processed in accordance with FAR 12 and 13. Questions should be addressed to the Primary POC: Miles Montgomery, Contract Specialist, louis.montgomery.2@us.af.mil. 5352.201-9101 OMBUDSMAN (OCT 2019) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, James Anderson 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2704 FAX 719-333-9103 Email:� james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571)� 256-2431. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/39ecf11ddcf749beb37dc2a540dc6e80/view)
- Place of Performance
- Address: USAF Academy, CO 80840, USA
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN05808188-F 20200925/200923230214 (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 |