Skip to main content

An official website of the United States government

You have 2 new alerts

Notice of Intent to Sole Source Olympus Endoscopy Preventive Maintenance

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Feb 22, 2023 05:51 pm PST
  • Original Date Offers Due: Mar 09, 2023 10:00 am PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 24, 2023
  • 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:
    Camp Pendleton , CA 92055
    USA

Description

Notice of Intent to Sole Source

The Defense Health Agency intends to negotiate on a sole source basis (IAW FAR 13.501(a)), Only One Responsible Source. The proposed source is OLYMPUS AMERICA INC.

OLYMPUS AMERICA INC is the only source that can provide Service and Maintenance for Endoscopy Equipment.

The objective of this sole source award for General Surgery Department at NMRTC Camp Pendleton is to procure Service and Maintenance for Endoscopy Equipment. The Service Maintenance on Government Owned Equipment to Include: parts, labor, transportation, and unlimited corrective maintenance calls IAW the statement of work (SOW).

PREVENTIVE MAINTENANCE: 

  • Perform service repair/maintenance to industry standards.
  • Ensure that only FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS who have gone through original equipment manufacturer (OEM) or comparable third-party service schools for the above-mentioned equipment, shall be employed in the performance of any and all work performed under this contract. Upon request, the contractor shall provide training certificates (or notarized copies) to the Biomed Repair Division for verification. The highest standard of professional capability and electrical/mechanical workmanship is to be maintained throughout the life of this contract.
  • Make repairs to the extent necessary (as determined by inspection tests or disassembly) to ensure a functional system that will efficiently serve its intended purpose.
  • All travel, on-site labor and repair parts needed to perform repairs.
  • One scheduled preventive maintenance check according to Manufacturer.
  • 24 x 7 Telephone Technical Support
  • Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices.

Location:  Naval Hospital Camp Pendleton 

This requirement is for base year plus 2 option years. The period of performance is as follow:

Base year: 4/01/2023 to 3/31/2024

Option year 1: 4/01/2024 to 3/31/2025

Option year 2: 4/01/2025 to 3/31/2026

There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 811210, the business size standard is 36.5 (millions of dollars). 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.

If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to: Jojie N. Urrete @ Jojie.n.urrete.civ@health.mil.  Closing date for challenges is no later than 1000 PST on 03/09/2023. No phone calls will be accepted.

Contact Information

Contracting Office Address

  • MATERIAL MANAGEMT DEPT SUITE 8 BCA 34800 BOB WILSON DRIVE BLDG 1 G
  • SAN DIEGO , CA 92134-5000
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Mar 24, 2023 08:58 pm PDTCombined Synopsis/Solicitation (Original)