SOLICITATION NOTICE
J -- Preventative Maintenance Agreement with Surgi-Tron of Maryland Inc for various surgical instruments, flexible scopes and positioning equipment for the Department of Perioperative Medicine
- Notice Date
- 8/20/2024 10:51:29 AM
- Notice Type
- Presolicitation
- NAICS
- 811210
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 24-012234
- Response Due
- 8/30/2024 3:30:00 AM
- Archive Date
- 08/31/2024
- Point of Contact
- Shasheshe Goolsby, Phone: 3018274879
- E-Mail Address
-
shasheshe.goolsby@nih.gov
(shasheshe.goolsby@nih.gov)
- Description
- Title Preventative Maintenance Agreement with Surgi-Tron of Maryland Inc for various surgical instruments, flexible scopes and positioning equipment for the Department of Perioperative Medicine Product Service Code: J066 NAICS Code: 811210 Place of Performance: Bethesda, MD 20892 USA POTS: 24-012234 Description This is a notice of intent, NOT a request for a quotation. A solicitation document will NOT be issued, and quotations will NOT be requested. The National Institutes of Health (NIH) plans to issue a firm fixed-price purchase order to Surgi-tron of Maryland Inc. Gaithersburg, Maryland 20882-1330. The contract includes a base period and one optional year for a preventative maintenance agreement covering various equipment, with the performance period running from September 17,2024 to September 16, 2026. The Department of Perioperative Medicine is requesting a Preventive Maintenance Agreement (PMA) for a range of surgical instruments, scopes, equipment, and surgical positioning devices. These items are critical for our operations, and their unavailability can significantly impact surgical procedures. Surgi-Tron of Maryland Inc. offers the following services: PREVENTATIVE MAINTENCE: Performed as required and at no cost unless work is needed to ensure reliability. TELEPHONE SUPPORT: 24/7 with 2-hour response, 7 days a week. PROACTIVE VISITS TITANIUM INSTRUMENT SERVICE DEVOTION OF TIME AT NO COST TO DEVELOP INSTRUMENT SOLUTIONS WORK DIRIECTLY WITH CLINICAL COORDINATORS TO ASCERTATION NEEDS AND PROVIDE SOLUTIONS DEVELOPED CUSTOM NEURO RETRACTOR IMPROVEMENTS TO SUPPORT PROTOCOLS� NO UP CHARGE FOR RUSH SERVICE B 2 HOUR RESPONSE TIME 24/7 CUSTOM R/D PROTYPING RECCOMMOND REPLACEMENT VERSUS REPAIR WHERE BENEFICIAL UDGET TRACKING AND REPORTS RESOURCING FOR SPECIALIZED NEEDS PLASMA WELDING & INSULATIONS FIBER OPTIC CABLE & CONNECTOR REPAIR (all brands and manufacturers) BI-POLARS REBUILT, INSULATED, & MODIFIED COMPLETE MACHINE SHOP CAPABILITIES CUSTOM INSTRUMENT MODIFICATIONS BLACK TEFLON, CUSTOM & 28 COLOR COATINGS PHACOS REPAIRED & RENEWED CRYOSURGICAL UNITS & PROBES RECONDITIONED OPHTHALMIC INSTRUMENTS PNEUMATIC & ELECTRIC POWER INSTRUMENT REPAIR BOSS, ORTHOMED, ELMED, SUPERIOR SURGICAL INSTRUMENTS REFURBISHING & ULTRASONIC CLEANING Surgi-Tron of Maryland Inc. is the sole vendor capable of offering door-to-door service, which eliminates the risk of losing instruments and equipment due to shipping issues. They provide daily pick-up and drop-off for surgical instruments, flexible scopes, equipment, and positioning items. This service eliminates shipping costs and prevents delays caused by incorrect addresses or shipping mishaps. Items are promptly sent and received, ensuring minimal disruption to surgical operations. There are no other known vendors that can offer both an expedited preventive maintenance agreement and on-call service. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13 � Simplified Acquisition Procedures, Subpart 13.106-1(b)(1), For purchases not exceeding the simplified acquisition threshold (SAT), contracting officers may solicit from one source if the contracting officer determines that the circumstance of the contract action deem only one source reasonably available.� Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. The total dollar value of this requirement shall not exceed the Simplified Acquisition Threshold (SAT) $250,000.00. Interested parties may identify their interest and submit capability statements in response to this posting. The determination by the Government not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. Comments to this announcement, referencing this posting number, may be submitted to the Office of Purchasing and Contracts, prior to the closing date specified in this announcement, electronically to the attention of Shasheshe Goolsby, Lead Contract Specialist, shasheshe.goolsby@nih.gov by August 30, 2024, 6:30AM EST. *** Please send your capability statements ONLY. This IS NOT a request for quotation. ***
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ddfd3ea2bd7046dfa3800d03d008dbf0/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07177591-F 20240822/240820230119 (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 |