SOLICITATION NOTICE
65 -- EFO - N6264511RC30020
- Notice Date
- 9/21/2011
- Notice Type
- Fair Opportunity / Limited Sources Justification
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Archive Date
- 10/21/2011
- Point of Contact
- Jason K Winings, Phone: 3016194523
- E-Mail Address
-
jason.winings@med.navy.mil
(jason.winings@med.navy.mil)
- Small Business Set-Aside
- N/A
- Award Number
- SPM2D1-09-D-8325
- Award Date
- 9/20/2011
- Description
- EXCEPTION TO THE FAIR OPPORTUNITY PROCESS FAR 16.505(b)(2) 1. IDENTIFICATION OF THE AGENCY AND THE CONTRACTING ACTIVITY: This is an exception to the fair opportunity process. The Naval Medical Logistics Command, acting on behalf of USNH Guam, intends to award a delivery order against Defense Logistics Agency (DLA) Troop Support Indefinite Delivery, Indefinite Quantity (IDIQ) contract SPM2D1-09-D 8325. 2. NATURE/DESCRIPTION OF CONTRACT ACTION: The proposed acquisition is for a mobile radiographic unit manufactured by GE Healthcare, 3200 N. Grandview Blvd, Waukesha, WI 53188. The Government intends on awarding a Firm Fixed Price delivery order. 3. DESCRIPTION OF REQUIRED SUPPLIES/SERVICES: The USNH Guam has a need for a digital radiographic system. The unit shall be capable of acquiring direct digital images and shall include a cesium iodide digital detector. The unit shall include a ceiling mounted x-ray tube. The system shall be capable of image stitching for leg and spine imaging. The system shall be capable of DICOM store, print, and query/retrieve. The power requirement is 480V, 60Hz, 3-phase. 4. IDENTIFICATION OF THE JUSTIFICATION RATIONALE AND/OR DEMONSTRATION OF CONTRACTOR'S UNIQUE QUALIFICATIONS: The statutory authority exception to the fair opportunity process is implemented by 10 U.S.C 2304(c)(1) and FAR 16.505(b)(2)(ii), only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized. GE is the only vendor that can meet the minimum requirements of the government. GE is the only vendor available on the MOU with an authorized service provider located on the island of Guam. Due to the remote location of Guam, it can take days to weeks to get a field service engineer in from off-island. Having field service representatives on the island reduces the initial on-site response time to less than 6 hours. This unit will be the main radiographic system at USNH Guam and any downtime would result in the inability to perform most digital radiographic studies. If diagnostic radiographic images cannot be obtained, the diagnosis of patients' injuries and diseases will be delayed. This delay could result in increased length of hospital stays, complications, and other negative patient outcomes. 5. DETERMINATION OF BEST VALUE: DLA has already determined the prices of equipment on the IDIQ as fair and reasonable. The Contracting Officer shall make a determination of best value for the Government before a delivery order is executed. 6. DESCRIPTION OF MARKET RESEARCH: A survey was conducted of companies that offer a digital radiography system under the DLA IDIQ and only GE can provide a digital radiographic system that meets the essential characteristics and can be supported by the vendor on the island of Guam. Philips, Siemens, and Toshiba can offer digital radiographic systems, but do not have service representation on the island of Guam and cannot guarantee a response time of less than 24 hours. The main radiographic unit at a hospital is a critical piece of equipment and cannot have extended periods of downtime. 7. ANY OTHER SUPPORTING FACTS: All other radiographic systems, aside from the one being replaced by this procurement, are GE systems at USNH Guam. 8. ACTIONS TAKEN TO REMOVE BARRIERS TO COMPETITION: Future procurements will be done in accordance with FAR 16.505.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/75ea00461dd593bc7032f06960c2f57d)
- Record
- SN02587581-W 20110923/110922001647-75ea00461dd593bc7032f06960c2f57d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |