SOLICITATION NOTICE
J -- Notice of Intent to Sole Source Cepheid GeneXpert Analyzer Maintenance
- Notice Date
- 8/22/2023 1:17:50 PM
- Notice Type
- Presolicitation
- NAICS
- 811210
—
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- HT9406-23-Q-0093
- Response Due
- 8/29/2023 7:00:00 AM
- Archive Date
- 09/13/2023
- Point of Contact
- Ryan Poe
- E-Mail Address
-
ryan.t.poe.civ@health.mil
(ryan.t.poe.civ@health.mil)
- Description
- Notice of Intent The Defense Health Agency (DHA) intends to negotiate on a sole source basis in accordance with FAR part 13.106-1(b)(1).� The proposed source is Cepheid, 904 Caribbean Drive, Sunnyvale, California 94089-1189.� This acquisition is for Cepheid GeneXpert Analyzer Maintenance Services for the 45th Medical Group (MDG) Facility at the Patrick Space Force Base.� The contractor shall accomplish services for annual Preventive Maintenance and Emergency Services. Services include furnishing all labor, materials, transportation, and replacement parts to maintain two (2) GeneXpert analyzers. It is the contractor�s responsibility to be familiar with the applicable FAR and DFARS clauses and provisions.� The FAR and DFARS clauses may be accessed in full text at the below-referenced addresses: FAR Clauses: http://acquisition.gov/browsefar DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ This acquisition is for a base and four option years to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personnel services necessary to perform service maintenance on the GeneXpert analyzers. Work consists of furnishing all labor, materials, transportation, and replacement parts to maintain two (2) GeneXpert Cepheid computer, analyze located in the 45th Medical Group facility, Patrick AFB FL. All Contractor personnel performing services under this contract, except for the original equipment manufacturer, Cepheid, shall show proof of factory training on this or like systems. If factory training occurred more than three years ago, proof must be presented that the individual has been actively engaged in repairing the listed equipment for 12 of the last 18 months. Personnel must show credentials to the MER section prior to beginning work on the equipment listed in the contract. If, at any time, the Contractor is required to work on the listed equipment, and a credentialed technician is not available, the Government will contract with another vendor to provide that service, at the prime Contractor�s expense. Prior to performing any maintenance on the systems, the Contractor shall provide proof that he/she has access to the original manufacturer�s spare parts and the recommended test equipment required for (PMI�s), to include calibration and corrective maintenance. Contractor shall be OEM authorized dealer, authorized distributor, or authorized reseller for the proposed software/hardware and equipment such that OEM warranty and services are provided and maintained by the OEM.� All software licensing, warranty, and services associated with the software/hardware and equipment shall be in accordance with OEM terms and conditions. Instructions to Vendors There are not set-aside restrictions for this requirement. The North American Industry Classification System (NAICS) Codes is 811210 � Electronic and Precision Equipment Repair and Maintenance. 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 12-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 submission 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. Responses Submission Capability statements are due by 10:00 A.M. EST, 29 August 2023. Capability statements shall be submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to ryan.t.poe.civ@health.mil. No phone calls will be accepted. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9fa3741ffa3a46d8b8fa9f0e739bc121/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN06801142-F 20230824/230822230054 (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 |