SOLICITATION NOTICE
J -- Service Maintenance on Two (2) Centurion Units, Constellation and Constellation LXT Unit at Naval Medical Center San Diego
- Notice Date
- 3/20/2025 12:41:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- HT941025N0060
- Response Due
- 4/3/2025 9:00:00 AM
- Archive Date
- 04/18/2025
- Point of Contact
- DON WILLIES, Isaac, Phone: 9513482199, DERNELL WADE
- E-Mail Address
-
isaac.a.donwillies.civ@health.mil, dernell.w.wade.civ@health.mil
(isaac.a.donwillies.civ@health.mil, dernell.w.wade.civ@health.mil)
- Description
- Notice of Intent to Sole Source HT941025N0060 THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE NON-PERSONAL SERVICES CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Western Markets Contracting Division (WMCD), San Diego, intends to negotiate and award a firm fixed price contract for the service maintenance on Two (2) Centurion Units, Constellation and Constellation LXT Unit, ALCON VISION, LLC, in accordance with Federal Acquisition Regulation FAR 13.106-1(b)(1)(i), only one source being available to meet the Government�s needs, to: ALCON VISION, LLC 6201 South Fwy Fort Worth, Texas 76134-2001, United States The North American Industry Classification System (NAICS) code for this requirement is 811210 � Electronic and Precision Equipment Repair and Maintenance.; the business size standard is 34 (millions of dollars). The Product Service Code (PSC) is J046 � Maint/repair/rebuild Of Equipment- Medical, Dental, and Veterinary Equipment and Supplies. The Navy Medicine Readiness & Training Command San Diego�s Ophthalmology Department Requests service maintenance on Two (2) Centurion Units, Constellation and Constellation LXT Unit in accordance with (IAW) with the Statement of Work (SOW). The service maintenance is to be performed on-site. The equipment�s are utilized for anterior and posterior segment ophthalmic surgeries. The surgery is performed to treat injuries and diseases of the eye, such as diabetic retinopathy, retinal detachment and endophthalmitis. The Constellation System is a multifunctional surgical tool to include driving a variety of hand pieces that provide the ability to cut vitreous and tissues, emulsify the lens, illuminate the posterior segment of the eye, and apply diathermy to stop bleeding. The equipment�s are deemed Risk Level 1 ""High Risk Devices"" are life support, key resuscitation, critical monitoring, and other devices whose failure or misuse is reasonably likely to cause serious injury to patients or staff. The service is to be provided for optimal performance. The objective of this sole source award is to procure service maintenance contract for two (2) Centurion Units, Constellation and Constellation LXT Unit. Upon evaluation ALCON VISION, LLC, was the only market option found to be capable of meeting the Government minimum requirement. The requirements will be as follows: Item# Description of Supplies/Services QTY Unit 0001 Constellation CA-013833 1 JOB 0002 Constellation LXT CA-013833 1 JOB 0003 Centurion CA-0118677 2 JOB Total 4 JOB Based on market research, ALCON VISION, LLC, is the only source that can meet the Government�s minimum requirements for the service maintenance contract for two (2) Centurion Units, Constellation and Constellation LXT Unit for the Navy Medicine Readiness & Training Command San Diego. The risks of not procuring these services are delays in patient care. This notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required service for Navy Medicine Readiness & Training Command San Diego. Capability statements shall not exceed six (8.5 x 11 inch) pages using a font size no smaller than 10-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 submissions 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 purchase order. If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to Isaac Don Willies at isaac.a.donwillies.civ@health.mil. The closing date for challenges is no later than 09:00 Pacific Time, 03 April 2025. NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e66015f0657b4716a5ab164b5e48a71b/view)
- Place of Performance
- Address: San Diego, CA 92134, USA
- Zip Code: 92134
- Country: USA
- Zip Code: 92134
- Record
- SN07379107-F 20250322/250320230047 (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 |