Da Vinci Service Maintenance at the Naval Medical Center San Diego

Agency: DEPT OF DEFENSE
State: California
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159149328793718
Posted Date: Apr 18, 2024
Due Date: May 3, 2024
Solicitation No: HT941024N0053
Source: Members Only
Follow
Da Vinci Service Maintenance at the Naval Medical Center San Diego
Active
Contract Opportunity
Notice ID
HT941024N0053
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 18, 2024 08:14 am PDT
  • Original Date Offers Due: May 03, 2024 09:00 am PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 18, 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:
  • Place of Performance:
    San Diego , CA 92134
    USA
Description

Notice of Intent to Sole Source



HT941024N0053





THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE NON-PERSONAL SERVICES CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Western Markets Contracting Division (WMCD), San Diego, intends to negotiate and award a firm fixed price contract for the Da Vinci units Service Maintenance, Intuitive Surgical Inc, in accordance with Federal Acquisition Regulation FAR 13.106-1(b)(1)(i), only one source being available to meet the Government’s needs, to:





1020, Kifer Road



Sunnyvale, California



94086-5301, United States





The North American Industry Classification System (NAICS) code for this requirement is 811210 – Electronic and Precision Equipment Repair and Maintenance; the business size standard is 34 (millions of dollars). The Product Service Code (PSC) is J065 – Maintenance/Repair/Rebuild of Equipment-Medical, Dental, and Veterinary Equipment and Supplies.





The Main Operating Room (MOR) of Naval Medical Center San Diego requires service maintenance on Da Vinci Surgical System to be performed in accordance with the statement of work.





Period of Performance 06 MAY 2024 to 05 MAY 2025 with one option year.





The objective of this sole source award is to procure service maintenance for Da Vinci units. Upon evaluation Intuitive Surgical Inc, was the only market option found to be capable of meeting the Government minimum requirement. The requirements will be as follows:







Item#



Description of Supplies/Services



QTY



Unit



0001



380647-34



1



JOB







Our market research per the letter provided states Intuitive Surgical, Inc. solely owns all proprietary rights in and to the Systems. Intuitive Surgical, Inc. is the sole source manufacturer of the da Vinci® Si™, da Vinci® X™, da Vinci® Xi™, and da Vinci® SP™ Surgical Systems and instrumentation, which includes Endoscopes. Intuitive Surgical does not sell this equipment through any distribution channels in the United States. Additionally, Intuitive Surgical, Inc. is the sole provider of Service for the equipment; there are no other authorized Service providers.. The risks of not procuring these services are delays in patient care.





This notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to provide the required service for Naval Medical Center San Diego. Capability statements shall not exceed six (8.5 x 11 inch) pages using a font size no smaller than 10-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 submissions 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 purchase order.





If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to Isaac Don Willies at isaac.a.donwillies.civ@health.mil. The closing date for challenges is no later than 09:00 Pacific Time, 30 April 2024.





NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING OFFICE-SAN DIEGO 7700 ARLINGTON BLVD, ATTN WEST DIV
  • FALLS CHURCH , VA 22042
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 18, 2024 08:14 am PDTCombined Synopsis/Solicitation (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 >