Page 2 of 2
The Department of Veteran Affairs, Veterans Health Administration, Network Contracting Office 6, Hampton VA 23667, intends to negotiate a sole source Firm-Fixed Price contract for Radiation Therapy Systems Repairs and Safety PM Certifications for the Durham VAMC with Varian Medical Systems, Inc. in accordance with 41 U.S.C. รÂยà¸3304(a)(1) as implemented by FAR 6.302-1 Only One Responsible Source.
This is not a request for competitive offers and no solicitation is available. Market research has determined that these services are only available from a single source without an unacceptable delay or duplication of cost and no other type of services will satisfy agency requirements. The Government intends to award the contract with an effective date of 30 September 2020 to OEM Varian Medical Systems, Inc. Only Varian can provide and install Varian software upgrades & firmware patches for Varian products. Varian s service & support training, procedures and documentation are intellectual property of Varian and proprietary. The same applies to Varian s service escalation process and resource availability (Product Specialists, Product Support Engineering and Engineering) for service issues and product repairs requiring the highest level of product expertise, which only Varian is capable to provide. All Varian field service & support technicians are trained, tested and certified for the Varian products they service at customer facilities.
The requirement the VA intends to sole source is for Radiation Therapy Systems Repairs and Safety PM Certifications. Contractor will perform all mandatory safety and reliability modifications for the covered equipment during standard business hours at mutually agreed upon dates and times. Contractor will provide all optional upgrades to software embedded or installed on the treatment delivery systems, its subcomponents (i.e. MLC, KV MV imager, CBCT, OBI, Respiratory Gating) and all treatment consoles for the covered equipment. Upgrades will be performed only when they become necessary due to an upcoming Manufacturer OIS or TPS upgrade, in order to get the delivery system compatible with the prospective OIS or TPS version. Contractor may install upgrades remotely or on-site. Firmware and console software upgrades will be performed during standard business hours at mutually agreed upon dates and times unless a non-standard hours coverage option has also been purchased. Contractor will provide all parts necessary to keep the covered equipment functioning normally, including all glass parts, vacuum parts, X-ray tubes and imaging panels but excluding consumables.
This synopsis announcement is being issued for information purposes only and does not constitute a solicitation or request for competitive proposals. If a firm believes it is capable of meeting the Government's requirement, it may identify their interest and capability by providing their capability statement to the Contracting Officer within three (3) calendar days of this publication by contacting Harold McQuillia via e-mail at
[email protected]. Telephone inquiries will not be accepted. Those interested firms must indicate whether they are large, small, small-disadvantaged, educational institution, 8(a) or woman owned business and whether they are U.S. or foreign owned. Respondents who submit proprietary data shall clearly mark the data with appropriate markings. The Government will not pay for any information submitted as a result of this synopsis. This synopsis shall not be construed as an obligation on the part of the Government to acquire any products or services. This announcement closes on 25 Sep 2020, NLT 04:30PM.
Bid Protests Not Available