The Naval Medical Logistics Command (NMLC) intends to award a sole source contract under the authority of FAR 6.302-1 to Agilent Technologies Incorporated, Wilm...

expired opportunity(Expired)
From: Federal Government(Federal)
N6264522RC3D002-001

Basic Details

started - 23 Jun, 2022 (22 months ago)

Start Date

23 Jun, 2022 (22 months ago)
due - 29 Jun, 2022 (22 months ago)

Due Date

29 Jun, 2022 (22 months ago)
Bid Notification

Type

Bid Notification
N6264522RC3D002-001

Identifier

N6264522RC3D002-001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707415)DEPT OF THE NAVY (156635)NAVSUP (78945)NAVSUP OTHER HCA (5932)BUMED (4119)NAVY MEDICINE SUPPORT COMMAND (585)NAVAL MEDICAL LOGISTICS COMMAND (585)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Notice of Intent to Sole SourceIn accordance with FAR 6.302-1, 10 USC 3204, and DODI 1010.16, Technical Procedures for the Military Personnel Drug Abuse Testing Program (dated 15 Jun 2020)The Naval Medical Logistics Command (NMLC) intends to award a sole source contract under the authority of FAR 6.302-1 to Agilent Technologies Incorporated, Wilmington, Delaware 19808, for maintenance services (i.e., general, preventive, and repair maintenance, telephone support, software and hardware upgrades and updates, repair and upgrade parts) on Agilent Equipment (Gas Chromatography-Mass Spectrometry (GC/MS) Systems; Liquid Chromatography-Mass Spectrometry (LC/MS) Systems; LC Tandem Mass Spectrometry (LC/MS/MS) Systems; and RapidFire Systems) owned by and located at the Department of Defense (DoD) Drug Demand Reduction (DDRP) Laboratories.  The equipment is installed at six DoD DDRP laboratories located at: Navy Drug Screening Laboratory (NDSL) Great Lakes, Illinois; NDSL Jacksonville, Florida;
Army Forensic Toxicology Drug Testing Laboratory (AFTDTL) Tripler Army Medical Center, Hawaii; AFTDTL Fort Meade, Maryland; Headquarters Air Force Drug Testing Laboratory (HQ AFDTL) Lackland Air Force Base, Texas; and the Armed Forces Medical Examiner System (AFMES) Dover Air Force Base, Delaware.Maintenance services are required to be provided by an Original Equipment Manufacturer (OEM) authorized maintenance provider so that the warranty is retained.  Agilent Technologies Incorporated is the only vendor authorized to service Agilent Technologies Incorporated products. The OEM (Agilent Technologies Incorporated) 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, Agilent Technologies Incorporated is the only vendor that services the proprietary software and Agilent Technologies Incorporated will not provide software support to third party vendors. In addition, Laboratory Instrument and Equipment shall have maintenance services performed in accordance with DoD Instruction 1010.16, this includes being recommended by the Biochemical Testing Advisory Board (BTAB), authorized by the Director, Office of Drug Demand Reduction (ODDR), maintained and inspected at least semi-annually by the original equipment manufacturer (OEM) or a vendor certified by the OEM. Lastly, maintenance service on major equipment must be done by OEM-trained technicians. The OEM-trained technician must certify the conduct of services performed by signing and dating the laboratory instrument maintenance documents. Interested parties shall provide Agilent official factory OEM training certifications for Direct Engineers and Authorized Support Partners. The estimated award date is 14 August 2022.This Notice of Intent is not a request for competitive proposals and no solicitation document exists for the requirement.  Sources interested in responding to this notice are required to submit a capability statement that includes management, technical data, Agilent Certifications, and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work.  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 contract.Capability statements are due by 2:00 PM Local Time, 29 June 2022.  Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address:curtis.e.cardoza.civ@mail.mil.

Frederick ,
 MD  21702  USALocation

Place Of Performance : N/A

Country : United StatesState : MarylandCity : Frederick

Classification

naicsCode 811219
pscCode J065Maintenance, Repair and Rebuilding of Equipment: Medical, Dental, and Veterinary Equipment and Supplies