Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOURCES SOUGHT

65 -- Urology Department

Notice Date
11/7/2014
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Defense Health Agency - Contract Operations Division-NCR
 
ZIP Code
00000
 
Solicitation Number
HT0014-15-RFI-SS
 
Archive Date
12/6/2014
 
Point of Contact
Jacqueline I. Rivera, Phone: 3012951088, Alonza L. Clark, Phone: 3013194129
 
E-Mail Address
Jacqueline.Rivera97.Ctr@Mail.mil, Alonza.L.Clark.Civ@Mail.Mil
(Jacqueline.Rivera97.Ctr@Mail.mil, Alonza.L.Clark.Civ@Mail.Mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: Notice Type: HT0014-15-RFI Sources Sought Synopsis: REQUEST FOR SYNOPSIS Agency/Office: Department of Defense Defense Health Agency, Division - National Capital Region DHA, COD-NCR) Title: Urology Department Purpose of this RFI The Defense Health Agency (DHA)/Urology Department is issuing this Request for Information (RFI) as a means of conducting market research to make appropriate acquisition decisions and to gain knowledge of potential qualified vendors interested and capable of performing the work/service. The Urology Department at Walter Reed National Military Medical Center is seeking information from companies who have the capability and experience to provide onsite hardware and software services in support of the Uronav Fusion Biopsy System. This procurement is being conducted in accordance with FAR Subpart 6.302-1 "Only One Responsible Source No other Supplies or Services Will Satisfy Agency Requirements." S/N: 890432 (Hardware) UroNav Fusion Biopsy Systems S/N: 890432 (Software) DCAD 3 Prostate Srvr SW S/N: 890436 (Component) DCAD 3X Rkmnt Srvr no Dsply This RFI is being used to collect information about capability of qualified vendors to provide the following highlights: • The Contractor shall provide trained, experienced, English speaking personnel, labor, tools, diagnostic equipment, software, test phantoms, material, supplies, transportation, parts, and equipment necessary to perform Preventative Maintenance (PM), Calibration (CAL), Safety testing (ST). • The Contractor shall provide telephonic communications with the Government to discuss technical matters relating to the performance of this contract. A systems operator will be made available to answer technical questions regarding system operations and applications. • Equipment listed in this contract will be maintained to meet the original equipment manufacturers' (OEM's) specifications. • The Contractor shall not be responsible for delays encountered due to the non-availability of Government furnished property. • The Government will be responsible for maintaining the proper environment, utilities, and site requirements necessary for the equipment to function properly as specified by the OEM. • During a service visit, the Government will not be responsible for damage or loss due to fire, theft, accident, or other disasters to contractor's supplies, materials, or personal belongings. • The Contractor shall use only new or warranted replacements parts, where the quality is equal-to, or better than, the OEM's original part. When discrepancies occur, the Government will make the final determination on whether a replacement part is of equal or better quality. • During normal duty hours, Contractor personnel shall check-in with Bio-Medical Repair (BMR), located in Bldg. 5, upon arrival at the Government site and again prior to departure. The Contractor's FSEs shall personally notify (BMR) of problems that result in the equipment being left disabled upon their departure. During other than normal duty hours, Contractor FSEs shall notify the equipment operator designated by (BMR). • The Contractor shall have his/her own service manuals, specifications, schematic diagrams, and parts lists to assist in the evaluation/repair of all equipment included in this contract. • The Government is requesting the preventative maintenance be performed every (6) months during the contract year totaling four PM per year in the months of December and June. • When the repair of equipment cannot be performed at the Government site, as determined by the Contractor, the Contractor shall notify (BMR) who will make arrangements for the Contractor to remove the item to the Contractor's designated site. The Contractor may be required to sign a Government form, Optional Form 7 (Property Pass) accepting responsibility for the Government equipment. How to Respond THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) ONLY. This RFI/SS is issued solely for information and planning purposes - it does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI/SS will be solely at the interested vendor's expense. • No phone calls or emails related to this RFI will be accepted other than the formal submission of responses. • All responses must include the following 1. Company Name 2. Company Address 3. Company Business Size 4. Commercial and Government Entity (CAGE) Code 5. Current North American Industry Classification System (NAICS) Codes 6. Point of Contact Name, Telephone Number, and Email Address The formal closing date for this RFI/SS and for the submission of responses is 2:00 PM Eastern Standard Time (EST) 21 November 2014. All responses should be submitted electronically with the subject Urology UroNav Fusion Biopsy Systems to the following email address: Jacqueline.Rivera97.Ctr@Mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/078563338562275c249b912fc5b60d54)
 
Place of Performance
Address: Walter Reed National Military Medical Center, 8901 Wisconsin Avenue, Bethesda, Maryland, 20889, United States
Zip Code: 20889
 
Record
SN03569152-W 20141109/141107233903-078563338562275c249b912fc5b60d54 (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.