Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2024 SAM #8310
SPECIAL NOTICE

J -- Operative Experience Repair and Maintenance

Notice Date
8/26/2024 4:04:34 AM
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
 
ZIP Code
22042
 
Solicitation Number
HT940624Q0086
 
Response Due
8/30/2024 8:00:00 AM
 
Archive Date
09/14/2024
 
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): For purchases not exceeding the simplified acquisition threshold (SAT), only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization. The proposed source is Operative Experience Inc, 1007 Old Philadelphia RD STE 300 Aberdeen, Maryland 21001-4026. This acquisition is for Field Service Repair and Maintenance program for a one-year period of performance. Services shall include Preventive Maintenance Services Program PRO series on site repair and services including loaner and one preventive maintenance check and repair. for Naval Hospital (NH) Jacksonville, FL. 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 one-year award to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personnel services necessary to perform Field Service Repair and Maintenance program for a one-year period of performance beginning 1 September 2024 and going through 31 August 2025. Services shall include Preventive Maintenance Services Program PRO series on site repair and services including loaner and one preventive maintenance check and repair. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Field Service Repair and maintenance program for the Operative Experience (OEI) Tactical Casualty Care Simulators (TCCS). The contractor shall conduct a factory reset annually. The contractor shall complete a technical evaluation and update to most current hardware and software used in the corresponding OEI product. The contactor shall complete an evaluation of all mechanical systems and repair any deficiencies. The contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. Instructions to Vendors There are no set-aside restrictions for this requirement. The North American Industry Classification System (NAICS) Code is 541990 � All Other Professional, Scientific, and Technical Services. 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 11:00 A.M. EST, 30 August 2024. 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/1db510ba2a7c4e09a6537c427f768cf4/view)
 
Place of Performance
Address: Jacksonville, FL 32210, USA
Zip Code: 32210
Country: USA
 
Record
SN07185358-F 20240828/240826230116 (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.