INTRODUCTION
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION.
The National Institutes of Health, Office of Logistics and Acquisition Operations (OLAO), Office of Acquisitions (OA) on behalf of the National Eye Institute NEI intends to award a purchase order without providing for full and open competition (Including brand-name) to Siemens Medical Solutions USA, Inc.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 811219 with a Size Standard $20,500,000.00
REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-95
This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($150,000).
STATUTORY AUTHORITY
This acquisition is conducted under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 13.106-1(b) -Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1).
PERIOD OF PERFORMANCE
From: July 2018 to July 2019 (Base year plus four possible option years)
Place of Performance
National Institutes of Health,
16701 Elmer School Rd, Bldg 102
Dickerson, MD 20892
DESCRIPTION OF REQUIREMENT
Annual provision of service and maintenance by SIEMENS certified/Approved technicians for:
[System Name: S2000 Clasic] [Functional Location: 400-487662][ Service Agreement Type: Silver Contract].
CLOSING STATEMENT
This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
All responses to this notice shall be submitted electronically by 11:00 am Eastern Standard Time, on Friday, July 27, 2018, to the Contracting Specialist, Arash Seddique at [email protected]
Assessment of Capability
Best Value Tradeoff Source Selection Procedures