Federal Bid

Last Updated on 31 Aug 2017 at 8 AM
Special Notice
Guam

Maintenance Services for Fujifilm Synapse Picture Archiving and Communications System (PACS)

Solicitation ID N6264517Q0008
Posted Date 24 May 2017 at 1 PM
Archive Date 31 Aug 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Guam United states
The Naval Medical Logistics Command (NMLC) intends to negotiate and award a sole source contract under the authority of 10 U.S.C. 2304(c)(1) and in accordance with FAR 13.5, due to only one source being available to meet the Government's needs, to Fujifilm Medical Systems, Inc., 419 West Avenue Stamford CT 06902-6300, for Fujifilm Synapse Picture Archiving and Communications Systems (PACS) in support of various Naval Military Treatment Facilities (MTFs) worldwide. The following sites require Original Equipment Manufacturer (OEM) support of their Fujifilm Synapse PACS: Naval Hospital (NH) Bremerton, Naval Health Clinic (NHC) Corpus Christi, United States Naval Hospital (USNH) Guam, USNH Guantanamo Bay, NHC Hawaii, NH Lemoore, NH Oak Harbor, USNH Okinawa, Naval Medical Center (NMC) Portsmouth, and USNH Yokosuka. The proposed maintenance contract is to support Government-owned Fujifilm Synapse PACS, cardiology databases, and radiology databases, and shall include all corrective maintenance, preventive maintenance, parts, labor, licensing, on-site support, and travel.

The vendor shall provide all parts, labor, materials, travel, personnel, supervision, and freight for the scheduled (preventive) and unscheduled (corrective) maintenance for all equipment identified in the performance work statement, unlimited telephone support, unlimited emergency responses, and remote support (as allowable, via any existing authorized DHA Business to Business Gateway). All software licensing necessary for system clinical operation shall be extended via this maintenance agreement. All maintenance provisions shall apply to hardware, firmware, and software, as appropriate, unless otherwise stated. The vendor shall maintain the equipment within the original equipment manufacturer's (OEM) specifications, in accordance with all United States, State, and Local law and regulations, U.S. Navy regulations, instructions, and Joint Commission requirements. The vendor must maintain the system, such that it meets Navy and DHA Cybersecurity requirements. The vendor shall be an Original Equipment Manufacturer (OEM) authorized maintenance contractor for the proposed equipment/systems, such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The period of performance shall be 1 June 2017 through 31 August 2017.

Fujifilm Medical Systems, Inc. is the original equipment manufacturer of the Fujifilm Synapse PACS, cardiology databases, and radiology databases. Additionally, Fujifilm Medical Systems, Inc. is the only source that can provide maintenance services and licensing support to their proprietary Synapse system and databases, which is required to maintain DoD Information Assurance Certification and Accreditation Process (DIACAP) approval and remain on the Navy network. Fujifilm Medical Systems, Inc. maintains sole control over software updates, upgrades, and patches to their OEM software. No root or admin level access to any Fujifilm Synapse PACS is given to other vendors or service distributors. The Radiology, Cardiology, and Ophthalmology departments within various Navy MTFs rely on viewing and utilizing the diagnostic imaging produced within the Fujifilm Synapse PACS, cardiology databases, and radiology databases in order to deliver proper care to the patients. If another vendor were to provide services to the required equipment, it would result in loss of DIACAP approval, delays in patient care, and unnecessary risks to patient safety. Accordingly, Fujifilm Medical Systems, Inc. is the only vendor that has the capability to perform the work successfully.

This notice of intent is 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 AM Local Time, May 15th, 2017. In Subject Line Reference: N62645-17-Q-0008. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: [email protected]

Bid Protests Not Available

Similar Past Bids

Dayton Ohio 02 May 2024 at 5 PM
Wright patterson air force base Ohio 05 Aug 2015 at 12 PM
Location Unknown 02 Mar 2016 at 4 PM
Location Unknown 23 Oct 2008 at 8 PM
Location Unknown 04 Feb 2014 at 4 PM

Similar Opportunities