Federal Bid

Last Updated on 25 May 2018 at 5 PM
Combined Synopsis/Solicitation
Center Kentucky

Karl Storz Video-Rhino-Laryngoscopes Service Maintenance Agreement

Solicitation ID N0025918N0061
Posted Date 23 Apr 2018 at 5 PM
Archive Date 25 May 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Center Kentucky United states 34800
Notice of Intent to Sole Source

The Naval Medical Center San Diego (NMCSD) intends to award a sole source purchase order under the authority of FAR 13.106-1(b) (1) (i), due to only one responsible source to meet the Government's needs, to Karl Storz Endoscopy-America, Inc., located at 2151 Grand Ave., El Segundo, CA 90245-5017. The objective of this sole source award is to procure full service repair and maintenance with full replacement coverage for the critically needed scopes for the Government-owned Karl Storz Video-Rhino-Laryngoscopes, Model R11101VNK (Serial Numbers 24331 and 34203). The model R1110VNK video- rhino-laryngoscope is compatible with the existing system components. Sole source is based on OEM-certified parts and labor in order to ensure critical devices work optimally as intended by the manufacturer. The service agreement must cover shipping to and from the vendor, repair of damaged scopes, and replacement of irreparable scopes. The number of repairs or replacements performed under the agreement must be unlimited. All equipment noted has some maintenance that is "manufacturer-required", and can only be performed by a Karl Storz field service certified technician, due to the complexity of the equipment in question, and to the patient safety factors and liability issues. Service maintenance must meet the service expectation as outlined in the attached statement of work. Due to the OEM-certified service nature of the equipment, no other company was found that could provide maintenance should a problem arise. The NAICS Code for this requirement is 811219; the small business size standard is $20.5 million. Service Maintenance in question is for the base year with two (2) option years.

Period of Performance:
Base Year - May 18, 2018 to May 17, 2019
Option Year 1 - May 18, 2019 to May 17, 2020
Option Year 2 - May 18, 2020 to May 17, 2021

This notice of intent is a not a request for competitive proposals and no solicitation document exists for the 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 perform the required work. Capability statements shall not exceed 5 (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.

Capability statements are due by 10:00 PM Local Time, 30 April 2018. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: [email protected].


NO TELEPHONE REQUESTS WILL BE HONORED

Bid Protests Not Available

Similar Opportunities

Sioux falls South dakota 29 Jul 2025 at 4 AM (estimated)
El segundo California 16 Jul 2025 at 3 PM
Melbourne Florida 11 Jul 2025 at 9 PM
San diego California 06 Sep 2025 at 4 AM (estimated)