SPECIAL NOTICE
J -- VISN 1 New England Philips Ultrasound Support BPA
- Notice Date
- 9/24/2020 2:52:33 PM
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24120Q0634
- Response Due
- 9/28/2020 8:59:00 AM
- Archive Date
- 10/13/2020
- Point of Contact
- John D. Harris, Phone: 8022959363 x5175
- E-Mail Address
-
john.harris405@VA.gov
(john.harris405@VA.gov)
- Description
- -VA NCO1 issued Sources Sought notice ID 36C241-20-AP-2157 for a 5-year Philips Ultrasound Maintenance and Support BPA on 9-16-2020 under NAICS 334510 and PSC J065; This Sources Sought notice was amended on 9-21-2020 to apply the more appropriate NAICS code of 811219, and extended to 9-22-2020. NOTICE OF INTENT TO AWARD A SOLE SOURCE. This Notice of Intent is not a request for competitive proposals.� This is not a solicitation or request for offers. No Solicitation package is available and telephone requests will not be honored.� The Department of Veterans Affairs intends to award a Firm Fixed-Price sole source award� of a five year Blanket Purchase Agreement to provide service labor, material parts , system peripherals and training for the installed inventory of Philips diagnostic ultrasound equipment installed at the Veterans Health Administration (VHA) facilities in�the New England Healthcare System �VISN 1. Only OEM Philips brand name parts, service and training will meet this requirement.� The Sources Sought Notice�incorrectly described ""or equivalent"" when this is, in fact, a Philips brand name only requirement. Since the intent is to procure these services on a sole source basis, no solicitation will be posted to Contract Opportunities. The applicable North American Classification System Code is�811219 �Other Electronic and Precision Equipment Repair and Maintenance�, Business size: $22.0M.� The PSC is J065. The authority for applying the Simplified Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. 1901 and is implemented by for restricting competition on this procurement via FAR 13.106-1(b)(2). Interested parties may identify their interests and capabilities, and may respond to this requirement by September 28, 2020 at 11:59 AM(EST). Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested persons may contact the Contracting Officer, John Harris via email at john.harris405@va.gov regarding this procurement.�� A determination by the Government not to compete this proposed award upon response to this notice is solely within the discretion of the Contracting Officer. �The VISN 1 facilities included under this BPA: VA Boston Healthcare System (Jamaica Plain, West Roxbury, Brockton), VA Bedford Healthcare System, VA Central Western Massachusetts Healthcare System (Leeds and Worcester), VA Connecticut Healthcare System (West Haven, Newington), VA Providence Healthcare System, VA Manchester Healthcare System, VA White River Junction Healthcare System and VA Maine Healthcare System (Togus). Scope/Requirements: The scope of this effort will include; service labor, material parts and system peripherals to sustain the existing or future inventory of equipment throughout VA New England. In addition, technical training will also be available for VA Clinical Engineering staff to allow in-house support of the systems. This includes, but are not limited to, the following models; IU22, IE33, CX50, EPIQ (Elite/CVX/CVXi/5/7), SONOS 5500, HD11, HD15, SPARQ, Affiniti (30/50/70), Lumify, InnoSight, Xperius, CareVue 350, etc. The vendor shall include a list of all common parts, peripherals and components required to support the ultrasound systems identified. The parts/peripherals must meet original equipment manufacturers specifications. The peripheral equipment includes items such as, monitors, printers, carts and major items such as transducers. All these items are part of larger �ultrasound �system�. Service labor will be provided by certified�Philips factory trained personnel. The service personnel will have access to vendor approved diagnostic tools, software, literature and resources to properly diagnose and maintain the ultrasound system. This includes the vendor's ability to address both hardware and software issues. The vendor must be able to provide enhanced ability to integrate these systems in the VA network environment. Software upgrades can be added to ensure system functionality and deliver the most applicable and current version of software of the specific part and or unit.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e787ca31c60842af9d6e8bf9ac68021e/view)
- Place of Performance
- Address: White River Junction, VT 05009, USA
- Zip Code: 05009
- Country: USA
- Zip Code: 05009
- Record
- SN05809781-F 20200926/200924230212 (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 |