

Getinge Preventative Maintenance Services
Process Number HT940622RGetinge

Dates:
HT940622RGetinge
Department/Ind. Agency:DEPT OF DEFENSE
Sub-tier:DEPT OF DEFENSE
Sub Command:DEFENSE HEALTH AGENCY
Office:DEFENSE HEALTH AGENCY
General Information:
(utc-04:00) eastern standard time, new york, usa
Updated Published Date:jun 10, 2022 02:20 pm edt
Original Published Date:0000-00-00 00:00:00
Updated Response Date:jun 17, 2022 02:00 pm edt
Original Response Date:jun 10, 2022 02:00 pm edt
Inactive Policy:15 days after response date
Initiative:- None***--***
Classification:
j065 - maint/repair/rebuild of equipment- medical, dental, and veterinary equipment and supplies
Description:
The Defense Health Agency (DHA) intends to award a sole source contract under the authority of FAR 13.501(a) to Getinge Sales, LLC, 1 Geoffrey Way, Wayne, NJ 07470 for preventative maintenance services for the following infection control items: 733HC Sterilizer, 533HC Sterilizer, Washer Disinfectant, RO Watts System, 9128 Washer Disinfectant, and Triton 36 Ultrasonic Cleaner. These infection control items are owned and/or installed at the Naval Medical Center Camp Lejeune, NC Central Sterile Supply and requires preventative maintenance services. Vendor shall be an Original Equipment Manufacturer (OEM) authorized maintenance contractor for the proposed equipment/systems such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. Getinge, LLC is the only vendor authorized to service Getinge products. The OEM (Getinge) does not authorize any third party vendors to conduct maintenance, warranty or service work on any of their products. Service by a third party vendor will void the OEM warranty. Furthermore, Getinge Sales, LLC is the only vendor that services the proprietary software and Getinge Sales, LLC will not provide software support to third party vendors. Getinge’s technicians are equipped with proprietary CS1000 software used to restore and maintain Getting equipment to factory specifications. 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 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 procurement. Please note, a Justification and Approval will be posted within 30 days of award. Capability statements are due by 2:00 P.M. EST, 17 June 2022. Capability statements shall be submitted by email ONLY as a Microsoft Word or Adobe PDF attachment to jan.t.harding.civ@mail.mil. No phone calls will be accepted.
Attachments / Links:
Document | Size | Updated date | Download |
---|
Contact Information:
CONTRACTING OFFICE-TIDEWATER 7700 ARLINGTON BLVD, ATTN SE DIV
FALLS CHURCH , VA 22042
USA
Primary Point of Contacts:Jan Harding
Secondary Point of Contact:Mindy Franks