Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
MODIFICATION

J -- Bone Desitometer Maitnenance

Notice Date
3/23/2012
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
12-007025
 
Archive Date
4/12/2012
 
Point of Contact
Gail Akinbinu, Phone: 301-496-0692
 
E-Mail Address
gakinbinu@cc.nih.gov
(gakinbinu@cc.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a notice of intent to award a sole source contract and is not a request for competitive proposals under the authority of FAR 6.302-1. The government intends to solicit a quote and enter into a purchase order with Hologic Inc., Bedford,MA JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION Part I - Background Information and Description of the Requirement I. Program Office: Department of Radiology and Imaging Sciences NIH Clinical Center Nuclear Medicine 10 Center Drive, Room 1C-401 Bethesda, MD 20892 301-496-5675 Project Officer: Roberto Maass-Moreno, PhD Department of Radiology and Imaging Sciences NIH Clinical Center Nuclear Medicine 10 Center Drive, Room 1C-401 Bethesda, MD 20892 301-402-8983 RMaass@cc.nih.gov II. Project Information Title: New Service Maintenance Agreement for Hologic, Inc. Bone Densitometry scanner that is coming off of original equipment manufacturer warranty; new installation was 3/2011. POTS Requisition No. 12-007025 Proposed Contractor: Hologic, Inc. 35 Crosby Drive Bedford, MA 01730 Karl Schmidt, Service Sales 610-440-0313 (home office) 484-951-6140 (cell) 610-440-2264 (fax) kschmidt@hologic.com III. Project Background and Description The Radiology & Imaging Sciences Department, Nuclear Medicine purchased a new "Discovery A" Bone Densitometry Unit from Hologic, Inc. (The Women's Health Company, aka "Hologic") in 2010, with installation occurring in March, 2011. This system is now coming off of the manufacturer's warranty and must be covered by a service maintenance agreement. This unit was purchased in order to replace two (2) aged Hologic Bone Densitometry units. A sole source vendor service maintenance agreement (SMA) would support on-going research studies that have utilized similar equipment and proprietary software databases. The purchase of a new Bone Densitometry unit from Hologic ensured the seamless correlation for longitudinal research studies/protocols, as well as provided for improved and timely patient imaging. The purchase will also permitted improved data transmission between Nuclear Medicine and the Radiology Information System (RIS) and CRIS systems, thus providing improved patient care and research support. This capability is especially important when one considers the enormous amount of research data that must be converted to be usable with the new acquisition system and workstation. There are few vendors for this type of equipment and so it is vital to have the original manufacturer provide the service necessary to maintain the equipment at optimal functionality. Hardware and software updates are often required to keep the equipment functionality at a state-of-art level. Some software can be proprietary to the vendor but vitally necessary to ensure that data comparisons are not compromised. IV. Prior and Future Contracts This vendor's service has been in use by the department for over 10 years on prior models of similar equipment. Part II - Facts and Reasons to Justify Other than Full and Open Competition I. Statutory Authority The sole source acquisition is justified under the statutory authority contained in U.S.C. 253(c)(1) and the following authority contemplated by FAR 6.302-1(a)(2). "When the supplies or services required by the agency are available from only one responsible source and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for." II. Justification Hologic, Inc., a Family of Companies (aka "Hologic"), proposes to offer a service maintenance agreement for the following piece of equipment, which is located within the Radiology and Imaging Sciences Department, Nuclear Medicine (NM): 1) the "Discovery A" bone densitometry unit. This piece of equipment was originally purchased through Hologic, as the original equipment manufacturer and sole service provider. Hologic will provide new release operating software and upgrades to software as developed and when necessary to maintain this equipment at high operational standards, which diminishes the untimely obsolescence of imaging equipment. These software packages, physician workstation, acquisition terminal and imaging scanner equipment are in daily use by the Radiology and Imaging Sciences Department, Nuclear Medicine section. Nuclear Medicine is requesting this service maintenance agreement for the Hologic Bone Densitometry unit, on a sole source basis for the following reasons: • The Hologic operating and applications software, a component covered by the service maintenance agreement, have been found to work well with the current RAD&IS and PACS daily workflow. • As a product line developed and maintained by Hologic, the operating and applications software, physician workstation, operating console and imaging scanner are only available from Hologic. Only Hologic has the rights to this copyrighted product line. Hologic is the only provider of updates, upgrades and technical support for this product line. • As a product developed and maintained by Hologic, only Hologic has the knowledge base and support services required to maintain this product line. • Hologic has proven to be a reliable service provider. This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a capability statement. All information furnished must be in writing and must contain sufficient detail to allow the Clinical Center to determine if it can meet the above unique specifications described herein. The capability statement must be received in the CC contracting office on or before 10:00 AM EST on March 28, 2012. All questions must be submitted in writing and can be emailed to Gail Akinbinu, Contract Specialist at gakinbinu@cc.nih.gov@nih.gov. A determination by the Government not to compete this proposed acquisition based upon 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. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference solicitation 12-007025 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/12-007025/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02704158-W 20120325/120323234615-b5313a90276932b208ce2e9e26dcfd72 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.