Florida Bids > Bid Detail

Notice of Intent to Sole Source e3 Med-Acoustics Audiology and Hearing Testing Maintenance

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159741246921656
Posted Date: Apr 3, 2024
Due Date: Apr 8, 2024
Solicitation No: 0012096716
Source: https://sam.gov/opp/387a2b30bf...
Follow
Notice of Intent to Sole Source e3 Med-Acoustics Audiology and Hearing Testing Maintenance
Active
Contract Opportunity
Notice ID
0012096716
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
DEFENSE HEALTH AGENCY
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 03, 2024 03:29 pm EDT
  • Original Response Date: Apr 08, 2024 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 23, 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:
    Jacksonville , FL 32214
    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 E3 Diagnostics dba e3 Med-Acoustics, Inc, 3305 Breckinridge Boulevard, Suite 120, Duluth, GA 30096. This acquisition is for maintenance on designated government owned Audiology and Hearing Testing equipment for the Navy Medicine Readiness & Training Command (NMRTC) Jacksonville, FL and Naval Air Station Key West, Marine Corp Logistics Base Albany, Naval Air Station Jacksonville, Naval Submarine Base Kings Bay, and Naval Station Mayport. The contractor shall accomplish services for annual Preventive Maintenance and Emergency 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 year plus four option years award to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personnel services necessary to perform preventive maintenance and corrective maintenance Government-owned audiology and hearing testing equipment manufactured by Grason-Stadler Inc, Interacoustics A/S, Welch Allyn Inc, and Maico Diagnostics US. The Contractor shall provide preventive maintenance to include regularly scheduled preventive maintenance and annual calibration as per manufacture’s recommendations. The Contractor shall provide corrective maintenance, as required, to include, repair, adjustment, calibration, software manipulation and upgrades or other action taken to return a piece of equipment to original manufacturers specifications following a failure, damage, or other incident that causes the product to no longer perform within the original specifications. Work shall be performed at the Naval Air Station Key West, Marine Corp Logistics Base Albany, Naval Air Station Jacksonville, Naval Submarine Base Kings Bay, and Naval Station Mayport.





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 no set-aside restrictions for this requirement. The North American Industry Classification System (NAICS) Codes is 811210 – Electronic and Precision Equipment Repair and Maintenance.



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, 8 April 2024. Capability statements shall be submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to monika.a.jarvis.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
  • Apr 03, 2024 03:29 pm EDTSpecial Notice (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 >