Federal Bid

Last Updated on 03 Jul 2019 at 11 PM
Solicitation
Frederick Maryland

Ophthalmology Maintenance

Solicitation ID N6809513RC04023
Posted Date 18 Mar 2013 at 5 PM
Archive Date 03 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Frederick Maryland United states 21702
The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.501) with AMO Sales and Service, Inc., 1700 E. St. Andrew Place, Santa Ana, CA 92705, as the only responsible source that can provide a maintenance contract for ophthalmology equipment, including a femtosecond laser, excimer laser, and other LASIK equipment that meets the requirement of the government. The maintenance contract is for a base year plus three option years estimated at $380,000.00 for all years.

AMO is the sole manufacturer or has exclusive contracts with vendors that manufacture parts for this equipment. As such, AMO is the only vendor that can provide original equipment manufacturer (OEM) parts for the repair and maintenance of this equipment. AMO is the only company that has access to OEM-certified parts for repair and to the software updates and upgrades necessary for the equipment. Additionally, AMO does not certify third parties to maintain their equipment. AMO is the only company that can provide the maintenance services required by the government for this equipment.

Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system 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 maintenance shall be provided by original equipment manufacturer (OEM)-certified technicians and shall use only OEM-approved replacement parts and proprietary software.

This acquisition is being conducted under simplified acquisition procedures FAR 13.501 under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 811219 with a small business size standard of $19.0M. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. 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.

Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Derek Bell at [email protected]. Statements are due not later than 2:00 PM on 2 Apr 2013. No phone calls accepted.

Bid Protests Not Available

Similar Past Bids

Wisconsin 16 Jun 2008 at 4 PM
Albany New york 02 Mar 2004 at 5 AM
Augusta Georgia 26 Aug 2020 at 2 PM
San antonio Texas 11 Oct 2023 at 6 PM
San diego California 18 Sep 2017 at 8 PM

Similar Opportunities

Woodward Oklahoma 10 Jul 2025 at 11 AM
Grand forks air force base North dakota 15 Jul 2025 at 7 PM
Grand forks air force base North dakota 15 Jul 2025 at 7 PM