Hawaii Bids > Bid Detail

Notice of Intent to Sole Source - Panther Fusion Maintenance & Repair Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159537274135446
Posted Date: Jan 6, 2023
Due Date: Jan 20, 2023
Solicitation No: HT941023N0001
Source: https://sam.gov/opp/dd951212c5...
Follow
Notice of Intent to Sole Source - Panther Fusion Maintenance & Repair Services
Active
Contract Opportunity
Notice ID
HT941023N0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
DEFENSE HEALTH AGENCY
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 05, 2023 05:14 pm PST
  • Original Response Date: Jan 20, 2023 04:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    JBPHH , HI 96860
    USA
Description

THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE NON-PERSONAL SERVICES CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Western Markets Contracting Division (WMCD), San Diego, intends to negotiate and award a firm fixed price contract for Panther Fusion preventive maintenance and repair services in accordance with Federal Acquisition Regulation (FAR) 13.501(a) Sole Source acquisitions and FAR 13.106-1(b)(1)(i), only one source being available to meet the Government’s needs, to:



HOLOGIC, INC.

250 CAMPUS DRIVE

MARLBOROUGH, MA 01752-3020



The North American Industry Classification System (NAICS) code for this requirement is 811210 – Electronic and Precision Equipment Repair and Maintenance; the business size standard is $30,000,000. The Product Service Code (PSC) is J065 – Maintenance, Repair, and Rebuilding of Equipment—Medical, Dental, and Veterinary Equipment and Supplies.



The Naval Health Clinic Hawaii (NHCH) Laboratory Services provide Covid-19 testing support to the entire Joint Base Pearl Harbor Hickam (JBPHH) Command, the Naval Computer and Telecommunications Area Master Station (NCTAMS) at Wahiawa, and the Marine Corp Base Hawaii (MCBH) Kaneohe Bay. These locations send nasopharyngeal swabs to Makalapa Laboratory to test for SARS-CoV-2 PCR, the causative virus for Covid-19. The Panther Fusion is currently in use as the primary testing instrument for SARSCoV-2 PCR at Makalapa Laboratory.



The objective of this sole source award is to procure non-personal services to maintain the Panther Fusion instrument at NHCH in working order, to include preventative maintenance, parts replacements, repairs, any necessary modifications/updates, and access to technical support via telephone during working hours. The anticipated period of performance is for one base year and four option years (26 February 2023 – 25 February 2028).



Services include on-site support from trained personnel, labor, travel, tools, hardware, firmware, materials, supplies, parts, and test, measurement, & diagnostic equipment (TMDE) necessary to perform all operations in connection with scheduled preventative maintenance (PM) and/or calibration (CAL) procedures as well as unscheduled repair visits as needed in order to maintain the listed equipment and/or its components if any, in a fully functional state, in accordance with (IAW) the Original Equipment Manufacturer (OEM) specifications. The contractor shall provide all tools, parts, and labor required to perform Preventive Maintenance Checks and Services (PMCS) for the Hologic Panther System and all related components. The scheduled service shall include labor, travel, inspection, replacement of parts, and calibration to maintain the government owned equipment and associated components in a continuous working state. All completed work shall be certified to meet OEM specifications.



The work shall be performed at:



Naval Health Clinic Hawaii

Makalapa Laboratory

1253 Makalapa Road, Building 1407

JBPHH, HI 96860



Based on market research, HOLOGIC, INC. is the only source that can meet the Government’s minimum requirements to maintain the Panther Fusion instrument at NHCH in working order, to include preventative maintenance, parts replacements, repairs, any necessary modifications/updates, and access to technical support via telephone during working hours.



This notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required services for Naval Health Clinic Hawaii. Capability statements shall not exceed six (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. 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 or to proceed with a sole source purchase order.



If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to Michelle Sanders at michelle.e.sanders6.civ@health.mil. The closing date for challenges is no later than 1600 Pacific Time, 20 January 2023.



NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING OFFICE-SAN DIEGO 7700 ARLINGTON BLVD, ATTN WEST DIV
  • FALLS CHURCH , VA 22042
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 05, 2023 05:14 pm PSTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >