Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SPECIAL NOTICE

J -- VBEAM LASER PREVENTIVE MAINTENANCE

Notice Date
2/12/2018
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Hospital Bremerton, 1 Boone Road, Bremerton, Washington, 98312, United States
 
ZIP Code
98312
 
Solicitation Number
N6809518Q3007
 
Archive Date
3/3/2018
 
Point of Contact
Mary J Gilman, Phone: 3604754307
 
E-Mail Address
mary.j.gilman2.civ@mail.mil
(mary.j.gilman2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Contracting Office, Naval Hospital Bremerton (NHB) intends to negotiate on a sole source basis with Candela Incorporated 530 Boston Post Road Wayland, MA 01778-1833 as the only responsible source that can provide maintenance and support for Candela VBEAM laser located in the Dermatology department at NHB. Support for the device shall include repair/preventive maintenance, travel, repair labor, parts, 24/7 tech support, and customer care and any documentation necessary on equipment listed, to assure continued operation at their efficiency and capacity. Full service plan to provide priority response from a Candela trained service engineer for full, on-site service and repair. This will also include prevention and non-consumables parts as needed. This will include One (1) preventive maintenance per year as mandated by the Original Equipment Manufacturer OEM, in accordance with the performance work statement. All parts, labor, shipping and travel will be included. Vendor shall be an (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 parts, 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. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 811219 with a small business size standard of $20.5. 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 shall submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by closing of this notification 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Mary Gilman at mary.j.gilman2.civ@mail.mil. Closing date for capability statements is no later than 11:00 AM PT on 16 February 2018. No phone calls will be accepted. • CLIN 0001: BASE YEAR FULL SERVICE PLAN TO INCLUDE: All travel and on-site labor and repairs parts needed for Candela service engineer to perform all service and repairs. • Discount on one (1) new delivery system/fiber. • One (1) scheduled Preventive maintenance check including kit to be scheduled. • Representative will perform one system check at the 12 months to ensure continued operation of equipment. • One (1) twelve pack of cryogen-1,000 gram canister. • Guaranteed priority on-site response to all emergency call within 48 hours of notification. • Information and 25% discount on all other special features upgrades. • Priority installation of all mandatory software upgrades as necessary. • 24 hour toll free emergency telephone support from factory tech support group. • Clinical training option to include clinical training for up to 5 students for a maximum of 5 hours. • Period of Performance: Base Year 06/13/18 - 06/12/19. Option Year 1: 06/13/19 - 06/12/20 Option Year 2: 06/13/20 - 06/12/21 Option Year 3: 06/13/21 - 06/12/22
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68095/N6809518Q3007/listing.html)
 
Place of Performance
Address: Naval Hospital Bremerton, Bremerton, Washington, 98312, United States
Zip Code: 98312
 
Record
SN04820145-W 20180214/180212231604-d3d571937b4c7ed433a21b3e0bac165b (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.