SPECIAL NOTICE
70 -- Intent to Sole Source - 3Mensio Cardiac Imaging Software Indianapolis VAMC
- Notice Date
- 2/24/2025 2:38:07 PM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25025Q0323
- Response Due
- 3/3/2025 9:00:00 AM
- Archive Date
- 03/18/2025
- Point of Contact
- Barbara Robertson, Contracting Specialist, Phone: 513-559-3722
- E-Mail Address
-
Barbara.Robertson@va.gov
(Barbara.Robertson@va.gov)
- Awardee
- null
- Description
- Notice of Intent to Sole Source Requirement 3mensio Cardiac Imaging The Network Contracting Office (NCO) 10, located at 260 E. University Avenue, Cincinnati, OH 45219-2356, intends to solicit and award a Sole Source, Firm-Fixed-Price, Purchase Order to one Large Business, Esaote North America, Inc. The purchase order will be for the VISN 10, Richard L. Roudebush Veterans Affairs Medical Center (RLR VAMC) in Indianapolis, IN. The original equipment manufacturer (OEM) for this brand name software is Pie Medical Imaging. Esaote North America, Inc. 11907 Exit 5 Parkway Fishers, IN 46037-7939 The Contractor shall provide the following equipment and services: 3ME400s - 3mensio Base Module Subscription - Quantity of 1 3ME410s - 3mensio Aortic Root Subscription - Quantity of 1 3ME420s - 3mensio Mitral Valve Subscription - Quantity of 1 3ME400FLs Floating License Seat for 3mensio Base Module Subscription - Quantity of 2 3ME410FLs Aortic Root Floating License Seat Subscription Quantity of 1 3ME420FLs Mitral Valve Floating License Seat Subscription Quantity of 1 The associated North American Industry Classification System (NAICS) code for this is acquisition is 541519, Information Technology Value Added Resellers (Exception). The NAICS Size is 150 Employees. The Product Service Code (PSC) is 7B21, IT and Telecom Business Application Software (Perpetual License Software). This procurement is being conducted under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Products and Commercial Services, and FAR Part 13, Simplified Acquisition Procedures. In accordance with (IAW) FAR Part 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. The anticipated award date is March 4, 2025. The Government intends to award a Firm-Fixed-Price contract. This is not a request for competitive quotes and is being posted for informational purposes only. The government does not anticipate receiving responses to this notice. However, interested parties who disagree with this action may submit a letter of interest that demonstrates your firm s capability, certifications, and authorization to compete for this acquisition to include a rationale for why you should be considered. The government reserves the right to verify and request additional documentation to be submitted. Interested parties must identify their interests and capability to respond to this requirement within five (5) calendar days of the publication of this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Interested parties must identify their interest solely via email to Contracting Specialist, Barbara Robertson, Barbara.Robertson@va.gov no later than Monday, March 3, 2025, at 12:00 PM Eastern Standard Time (EST). When responding to this announcement, respondents should include "" 36C25025Q0323 Notice of Intent"" in the subject line. Late responses shall not be accepted. No telephone inquiries will be accepted nor will telephone calls be returned. Only emailed responses will be considered. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed contract based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. Note 1: The Contractor must be an authorized reseller of Pie Medical Imaging equipment and services to meet all government requirements. Evidence shall be submitted by an authorization letter or other documents from Pie Medical Imaging, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the supplies, equipment and/or services contracts for maintenance of equipment shall be in accordance with the OEM terms and conditions. Note 2: The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Contractor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA facility upon discovery of such items. Questions regarding this notice should be sent to Contracting Specialist, Barbara Robertson no later than Monday, March 3, 2025, 12:00 PM Eastern Standard Time (EST) at Barbara.Robertson@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cc1655d7de4e4fe6b4e73fc8c5092065/view)
- Record
- SN07351024-F 20250226/250224230029 (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 |