Skip to main content

An official website of the United States government

You have 2 new alerts

Ophthalmic Refractive Laser Equipment Preventative and Corrective 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: Sep 03, 2024 11:14 am MDT
  • Original Date Offers Due: Sep 13, 2024 12:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 28, 2024
  • 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:
    San Diego , CA
    USA

Description

Ophthalmic Refractive Laser Equipment Preventative and Corrective Maintenance

Solicitation # HT9407-24-Q-0003

Notice of Intent to Sole Source

The Government intends to fulfill this requirement non-competitively through a sole source purchase order with AMO Sale and Services, Inc. AMO Sales and Services, Inc. is the only authorized service provider by the original equipment manufacturer (Johnson & Johnson Vision).

Period of Performance

The Period of Performance (POP) start date is 30 September 2024. The award will consist of a base year plus two (2) option years. This contract award will be issued in accordance with the Performance Work Statement (PWS) and Equipment List. The NAICS is 811210 and the PSC is J065. This letter and enclosures herein shall serve as the Government’s formal RFQ to satisfy the effort described herein.


Requirement

Services are for scheduled preventive and corrective maintenance on the following government owned Ophthalmology equipment: at Camp Pendleton: one (1) STAR 4 IR, one (1) IFS, and one (1) iDESIGN A300; at NMRTC San Diego: one (1) IFS ADV FS LASER, one (1) STAR S4 IR EXCIM, and one (1) iDESIGN WAVESCAN; at NH Bremerton: one (1) STAR 4 IR, one (1) IFS, one (1) FEMTOSECOND, one (1) LASER, and one (1) iDESIGN; at NH Camp Lejeune: one (1) iDESIGN WAVEFRONT; at NH Jacksonville: one (1) STAR S4 IR; at NMC Portsmouth: one (1) STAR S4 IR, one (1) IFS FEMTOSECOND LASER, one (1)
iDESIGN, one (1) iDESIGN. The contract type contemplated is Firm Fixed Price. The total contract period of performance would be a base year plus (2) two one-year options.

See Attachment 02 – Equipment List


Location of Services

Naval Medical Treatment Facilities: Naval Refractive Surgery Centers (NRSC), NH Bremerton, NH Camp Pendleton, and NH Jacksonville, Naval Medical Center (NMC) Portsmouth, NMC Camp Lejeune, and NMC San Diego
DODAAC: HT9407

Please see the attachments.

Government Point of Contact

The Government POC is Brenna R. Conger, Contract Specialist, or James W. Hill, Contracting Officer. Brenna R. Conger may be reached via email brenna.r.conger.civ@mail.mil, or via phone at (210) 584-3454. James W. Hill may be reached via email at james.w.hill2.civ@health.mil, or via phone at (726) 203-0049.

Contact Information

Contracting Office Address

  • HCD CENTRAL 7700 ARLINGTON BLVD, ATTN MDWST DIV
  • FALLS CHURCH , VA 22042
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Sep 28, 2024 09:55 pm MDTCombined Synopsis/Solicitation (Original)