Federal Bid

Last Updated on 05 Oct 2015 at 8 AM
Special Notice
Location Unknown

Hologic Mammography Equipment Maintenance

Solicitation ID F4B4105149AQ01
Posted Date 09 Sep 2015 at 9 PM
Archive Date 05 Oct 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa7000 10 Cons Lgc
Agency Department Of Defense
Location United states



The 10CONS/LGCB, Contracting Squadron, USAF Academy intends make a sole source award to Hologic, Inc. 35 Crosby Drive, Bedford, MA 01730, for a follow-on firm-fixed priced service contract to maintain Hologic mammographic imaging equipment. The Contract is Subject to the Availability of funds for FY16. The Contract is to be awarded for one base year for services beginning 1 October 2015.
This is a sole source acquisition for commercial items using simplified acquisition procedures in accordance with FAR Part 12. The contract line items are as follows:

0001 Hologic Platinum Equipment Maintenance Service, 1 Oct 2015 to 30 Sep 2016.
0002 Hologic Gold Equipment Maintenance Service, 1 Oct 2015 to 30 Sep 2016.

This notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-84, effective 3 Sep 2015. The North American Industry Classification System Code (NAICS) is 811219 and the size standard is $20.5 million.

Sole Source Justification: Hologic Inc. is the only authorized service agency for their digital mammography products in the state of Colorado. All service is performed by Hologic factory trained service engineers. The Hologic digital mammography software is proprietary and only available from Hologic. Only Hologic technicians have full and complete access to original equipment manufacturer (OEM) spare parts and proprietary software, technical documents and manuals.

This synopsis is for notification purposes only and THIS IS NOT A REQUEST for bids or proposals. DO NOT SUBMIT A QUOTE AT THIS TIME.


Any offerors believing they can meet the governments requirements for this acquisition have the burden and responsibility to provide documentation that substantiates their products are equal to or better by demonstrating their product, at a minimum, has the same features and functionality of the sole source products. The offeror should provide an understandable comparison between the two products along with brochures, specifications, and any other useful information for government consideration. All qualified sources may submit a response, which if timely received, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a brand name or equal procurement can be conducted. A determination that equal products exist based on responses to this notice is solely within the discretion of the Government. Responses must be received by 1200 pm Mountain Standard Time, 15 September 2015 at 10 CONS/ LGCB. Responses received after this will be considered late IAW FAR 52.212-1(f) and will not be evaluated.

The Government does not intend to pay for any information provided under this synopsis. Contractors must have a current registration with the Central Contractor Registration (CCR) at www.SAM.gov and with Online Representations and Certifications Application (ORCA) at www.SAM.gov
Questions should be addressed to the Primary POC John Keith, Contracting Specialist, (719) 333-8041 or via email [email protected].

5352.201-9101 OMBUDSMAN (APR 2010)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen,
James Anderson
8110 Industrial Drive Suite 200
USAF Academy, Colorado 80840
United States
Telephone number 719-333-2074
FAX 719-333-9018
email: [email protected]
Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)


Primary Point of Contact:
John S. Keith
Contracting Office Address:
8110 Industrial Drive
USAF Academy, Colorado 80840
United States
Place of Contract Performance:
USAFA
USAFA, Colorado 80840
United States

 

INTENT TO SINGLE SOURCE
(For Simplified Acquisitions)

1. DESCRIPTION OF THE SUPPLIES/SERVICES REQUIRED
Service contract Hologic mammographic imaging equipment. Platinum Service Plan:
-Selenia 1st Unit S/N 28412061342/ 2nd S/N 28409083894
-R2 CAD S/N: D0972
-Plastics Coverage

Gold Service Plan:
-Multicare Platinum Stereotactic Breast Table Biopsy System S/N: 31505061319
- ATEC Pearl Breast Biopsy & Excision System S/N: 100316
-ATEC Sapphire breast Biopsy & Excision System S/N: 200521
Features required Include:
-24 hour telephone response
-On-site response within 24 hours
-Two preventive maintenance inspections annually
-Software upgrades
-Coverage for all parts, labor and travel at no additional cost.

2. JUSTIFICATION FOR SOLICITING FROM A SINGLE
SOURCE

Hologic Inc. is the only authorized service agency for our digital mammography products in the state of Colorado. All service is performed by Hologic factory trained service engineers. The Hologic digital mammography software is FDA approved and only available from Hologic.

Only Hologic technicians have full and complete access to original equipment manufacturer (OEM) parts and proprietary software, technical documents and manuals.

4. STEPS TO PRECLUDE FUTURE SINGLE SOURCE AWARDS

There are no other mammography unit manufacturers capable of maintaining Hologic equipment to safe, reliable, and FDA approved standards. If any company, other than Hologic, Inc., accomplishes this service, this sensitive x-ray equipment could be damaged and become inoperable. Replacement costs for this equipment on today's market would cost the government greater than $900K. Using Hologic, Inc. for this service also protects the government for potential law suits involved with equipment malfunction due to improper maintenance.
5. CONTRACTING OFFICER'S DETERMINATION

The Contracting Officer has determined In accordance with FAR 13.106-1(b)(1), that the circumstances of this contract action deem only a single source is reasonably available.

 

 

 

 

 

 

Bid Protests Not Available

Similar Past Bids

Force Pennsylvania 30 Aug 2016 at 5 PM
Location Unknown 24 Oct 2019 at 3 PM
Long beach California 19 Jul 2016 at 8 PM
Pike New hampshire 05 May 2011 at 8 PM
Colorado springs Colorado 28 Aug 2024 at 8 PM

Similar Opportunities

Washington 31 Dec 2025 at 5 AM
San diego California 04 Mar 2027 at 8 PM
Location Unknown 24 Jul 2025 at 3 AM