Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SPECIAL NOTICE

65 -- Chemiluminescent immunoassay laboratory analyzer

Notice Date
4/11/2013
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
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
 
Solicitation Number
N6890613RC6L006
 
Archive Date
5/11/2013
 
Point of Contact
Kasey L. Carroll, Phone: 3016198895, Thea R. Maddox Hofgesang, Phone: 3016199333
 
E-Mail Address
kasey.carroll@med.navy.mil, thea.hofgesang@med.navy.mil
(kasey.carroll@med.navy.mil, thea.hofgesang@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DEPARTMENT OF THE NAVY NAVAL MEDICAL LOGISTICS COMMAND NOTICE OF INTENT The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.501) with Abbott Laboratories Inc., 200 Abbott Park Rd, Abbott Park, IL 60064-3503, as the only responsible source that can provide for a chemiluminescent immunoassay laboratory analyzer that meets the requirement of the government. The equipment estimated at $494,500.00. Abbott Laboratories Inc. is the sole manufacturer or has exclusive contracts with vendors that manufacture parts for this equipment. As such, Abbott Laboratories Inc. is the only vendor that can provide original equipment manufacturer (OEM) parts for the repair and maintenance of this equipment. Abbott Laboratories Inc. is the only company that has access to OEM-certified parts for repair and to the software updates and upgrades necessary for the equipment. Additionally, Abbott Laboratories Inc. does not certify third parties to maintain their equipment. Abbott Laboratories Inc. is the only company that can provide the equipment required by the government for this equipment. Vendor 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. The maintenance shall be provided by original equipment manufacturer (OEM)-certified technicians and shall use only OEM-approved replacement parts and proprietary software. This acquisition is being conducted under simplified acquisition procedures FAR 13.501 under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334510 with a small business size standard of 500 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. 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. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Kasey Carroll at Kasey.carroll@med.navy.mil. Statements are due not later than 10:00 AM on 25 Apr 2013. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6890613RC6L006/listing.html)
 
Record
SN03035017-W 20130413/130411235846-254a4aa1d07717d1c8b4dee03576aa38 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.