SPECIAL NOTICE
J -- INTENT TO SOLE SOURCE | BALTIMORE VA MEDICAL CENTER | 04/20/2025 - 04/19/2026 | HOLOGIC INC.
- Notice Date
- 4/3/2025 7:54:56 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24525Q0437
- Response Due
- 4/15/2025 10:00:00 AM
- Archive Date
- 05/15/2025
- Point of Contact
- AMY WALTER, CONTRACTING OFFICER
- E-Mail Address
-
AMY.WALTER1@VA.GOV
(AMY.WALTER1@VA.GOV)
- Awardee
- null
- Description
- Statement of Work Hologic Mini C-Arm Service VA Maryland Health Care System Baltimore, MD PURPOSE: The VA Maryland Health Care System is seeking to purchase parts and repairs services from Hologic for the VA s Mini C-Arm to support patient care of veterans at the Baltimore VA Medical Center. The Mini C-Arm is currently non-operational and requires repair, without the mini c-arm in operation the patients are not getting optimized care and proper diagnosis in a timely manner. Market research has determined that Hologic is the best-suited provider for parts and repair services for the Baltimore VA Medical Center s Mini C-Arm, as they are the original equipment manufacturer (OEM). As the manufacturer, Hologic is authorized to provide service using OEM parts, ensuring the highest quality repairs. To maintain the equipment's warranty, only OEM-trained technicians are qualified to perform repairs. The VA has previously held service contracts with Hologic for radiology equipment, and they have consistently met all the VA s requirements. SCOPE: The contractor shall provide repair services and all necessary parts for the mini c-arm to ensure full functionality. The contractor shall perform all necessary diagnostics, testing, and repairs to restore the mini c-arm to operational status. The repair and servicing must be performed by a vendor service-trained representative. The contractor is responsible for identifying any additional parts or components necessary for the successful repair and operation of the mini c-arm. The contractor shall provide any required accessories or consumables specified in the service agreement IMPLEMENTATION AND INSTALLATION Diagnosis and repair of the Mini C-Arm. All necessary OEM parts and materials required for repair shall be provided by the contractor. Full functionality testing of the Mini C-Arm post-repair. Certification that the Mini C-Arm is fully operational and meets OEM specifications. DELIVERY The contractor shall provide all necessary equipment and parts to the Baltimore facility as required. Baltimore VA Medical Center, 10 North Greene Street, Baltimore, MD 21201 The contractor shall coordinate all deliveries, installation, and parking arrangements with the COR. Delivered materials will arrive in the manufacturer s original sealed containers with the associated purchase order number listed on the outside of the box. The contractor shall conduct a joint inspection with the COR upon delivery of any parts and shall provide the COR with a list of missing or damaged items found upon inspection INSPECTION AND ACCEPTANCE The contractor shall conduct a joint inspection with the COR upon delivery equipment. The contractor shall provide the VA COR a list of missing and /or damaged items found upon inspection and have those items replaced at no cost to the Government. The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the VA Contracting Officer. DELIVERABLES Operation and Maintenance Manuals Deliver compilation of all manufacturers recommended maintenance schedules and operation materials packaged upon delivery. Manuals shall be made available in an electronic format. PROTECTION OF PROPERTY The contractor shall protect all items from damage. The contractor shall take precaution against damage to the building(s), grounds and furnishings. The contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. SECURITY REQUIREMENTS The contractor must have a photo ID available when performing work at the VA Medical Center and be willing to present it to VA staff. The contractor is responsible for providing any personal protective equipment (PPE) that is deemed necessary to complete tasks stated in this requirement. The contractor must follow the VA Maryland Health Care Systems current COVID-19 guidance for entry to any medical center or Community Based Outpatient Clinic (CBOC). WARRANTY At a minimum the podiatry chairs and accessories must include a 1-year warranty on all parts and labor at no cost to the Government. Additional years are highly recommended as added value to the government. The warranty shall begin upon completion of validation testing. Warranty shall include onsite repairs and over the phone support. Contractor shall provide routine maintenance service program during warranty period. All repairs shall be performed by a vendor or contractor which has been certified by the vendor to perform the repairs. The warranty shall include all travel and shipping costs associated with any warranty repair. ORIGINAL EQUIPMENT MANUFACTURE (OEM) SOLE SOURCE LETTER INTENT TO SOLE SOURCE THIS IS AN INTENT TO SOLE SOURCE ANNOUNCEMENT AND IT IS FOR INFORMATION & PLANNING PURPOSES ONLY; IT IS NEITHER A SOLICITATION ANNOUNCEMENT, NOR A REQUEST FOR INFORMATION, PROPOSALS OR QUOTES AND DOES NOT OBLIGATE THE GOVERNMENT TO AWARD A CONTRACT. IF A VENDOR RESPONDS TO THIS INTENT TO SOLE SOURCE, THE VENDOR WILL NOT RECEIVE A RESPONSE. THE PURPOSE OF THIS INTENT TO SOLE SOURCE ANNOUNCEMENT IS FOR MARKET RESEARCH, IN ORDER TO MAKE APPROPRIATE ACQUISITION DECISIONS, AND TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES, VETERAN OWNED SMALL BUSINESSES, 8(A), HUBZONE AND OTHER SMALL BUSINESSES WHO STATE THEY ARE CAPABLE OF PERFORMING THE WORK. **A sole source contract award will result from this Notice. ** IN THE EVENT THAT A VENDOR DISAGREES WITH THIS SOLE SOURCE, THEN DOCUMENTATION OF TECHNICAL EXPERTISE MUST BE PRESENTED IN SUFFICIENT DETAIL FOR THE GOVERNMENT TO DETERMINE THAT YOUR COMPANY POSSESSES THE NECESSARY FUNCTIONAL AREA EXPERTISE AND EXPERIENCE TO COMPETE FOR THIS ACQUISITION. **VENDOR RESPONSE SHALL INCLUDE THE BELOW** Responses to this INTENT TO SOLE SOURCE shall include company name, address, point of contact, phone number, point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 811210, (size standard of $34M, per SBA Table of Small Business Size Standards January 1, 2022) AND whether your company has special socio-economic status (i.e., SDVOSB, VOSB, Small Business, HUBZone, etc.). (A) COMPANY NAME (B) ADDRESS (C) POINT OF CONTACT (D) PHONE, FAX, AND EMAIL (E) DUNS NUMBER (F) CAGE CODE (G)TAX ID NUMBER (H) TYPE OF SMALL BUSINESS, E.G. SERVICES DISABLED VETERAN OWNED SMALL BUSINESS, VETERAN-OWNED SMALL BUSINESS, 8(A), HUBZONE, WOMEN OWNED SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, OR SMALL BUSINESS HUBZONE BUSINESS, (I) WILL YOUR COMPANY BE PERFORMING THE WORK? OR DO YOU PLAN ON SUB-CONTRACTING OUT THE WORK? (I) Is your company considered small under the NAICS code identified under this RFI? (Size standard of = or < $30M, per SBA Table of Small Business Size Standards August 19, 2019) (J) Does your company have an FSS contract with GSA or the VA NAC or a GWAC contract holder with any other federal agency? If so, please provide the contract number. (K) If your company holds a FSS GSA/VA NAC contract other federal GWAC contract holder, are the services requested available on your schedule/contract? (L) General pricing of your products is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. AND (J) ***WILL YOUR COMPANY BE DOING ALL OF THE WORK? IF NOT, WILL YOUR COMPANY BE SUB-CONTRACTING OUT THE WORK?***MUST ANSWER*** MUST PROVIDE A CAPABILITY STATEMENT THAT ADDRESSES THE ORGANIZATIONS QUALIFICATIONS AND ABILITY TO PERFORM AS A CONTRACTOR FOR THE WORK DESCRIBED BELOW. IF THE VENDOR IS AN SDVOSB/VOSB, BE PREPARED TO DEMONSTRATE HOW IT WILL NOT SUB-CONTRACT THE WORK BY MORE THAN 51%, PER VAAR 852.219-75, VAAR 819.7011(b)� Contract clauses. (DEVIATION) ***IF THERE ARE ANY OBJECTIONS TO THIS SOLE SOURCE, CONTACT THE CONTRACTING OFFICER AT AMY.WALTER1@VA.GOV.***
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9bbb8deb1716477bb37f4be35f59f3ee/view)
- Record
- SN07396294-F 20250405/250403230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |