Florida Bids > Bid Detail

Notice of Intent to Sole Source CensiTrac Instrument and Surgical Set Tracking Services

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159073315808504
Posted Date: Feb 9, 2024
Due Date: Feb 13, 2024
Source: https://sam.gov/opp/b8cbc6280f...
Follow
Notice of Intent to Sole Source CensiTrac Instrument and Surgical Set Tracking Services
Active
Contract Opportunity
Notice ID
HT9406-24-Q-0019
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
DEFENSE HEALTH AGENCY
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 09, 2024 12:03 pm EST
  • Original Response Date: Feb 13, 2024 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 28, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    Jacksonville , FL 32212
    USA
Description

Notice of Intent





The Defense Health Agency (DHA) intends to negotiate on a sole source basis in accordance with FAR part 13.106-1(b)(1). The proposed source is Censis Technologies, Inc. 4031 Aspen Grove DR STE 350 Franklin, Tennessee 37067-2950. This acquisition is for CensiTrac Instrument and Surgical Set Tracking System Services for the Naval Hospital Jacksonville FL. The contractor shall accomplish services for CensiTrac Instrument and Surgical Set Tracking. Services include furnishing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform CensiTrac services.





It is the contractor’s responsibility to be familiar with the applicable FAR and DFARS clauses and provisions. The FAR and DFARS clauses may be accessed in full text at the below-referenced addresses:





FAR Clauses: http://acquisition.gov/browsefar



DFARS Clauses: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/





This acquisition is for a base and four option years to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personnel services necessary to perform CensiTrac Instrument and Surgical Set Tracking System services. Work consists of furnishing all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform CensiTrac services located in the Naval Hospital Jacksonville FL.





Contractor shall be OEM authorized dealer, authorized distributor, or authorized reseller for the proposed software/hardware and equipment such that OEM warranty and services are provided and maintained by the OEM. All software licensing, warranty, and services associated with the software/hardware and equipment shall be in accordance with OEM terms and conditions.





Instructions to Vendors





There are not set-aside restrictions for this requirement. The North American Industry Classification System (NAICS) Codes is 541519 Other Computer Related Services. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement; however, if a vendor challenges the basis for this requirement, please submit a capability statement that includes sufficient detail and with convincing evidence that clearly demonstrates the capability to submit a product meeting the minimum requirements specified above. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 12-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 submission 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 procurement.





Responses Submission





Capability statements are due by 10:00 A.M. EST, 13 February 2024. Capability statements shall be submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to ryan.t.poe.civ@health.mil. No phone calls will be accepted.


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING OFFICE-TIDEWATER 7700 ARLINGTON BLVD, ATTN SE DIV
  • FALLS CHURCH , VA 22042
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 09, 2024 12:03 pm ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >