Federal Bid

Last Updated on 09 Apr 2019 at 8 AM
Solicitation
Institute West virginia

Service maintenance for Evita 500 Ventilator

Solicitation ID 19-006442
Posted Date 25 Mar 2019 at 2 PM
Archive Date 09 Apr 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Emerging Small Business (ESB)
Contracting Office Clinical Center/Office Of Purchasing & Contracts
Agency Department Of Health And Human Services
Location Institute West virginia United states
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 (INCLUDING BRAND-NAME).

The National Institutes of Health (NIH), Clinical Center (CC), Office of Purchasing and Contracts (OPC) on behalf of the Nutrition Department, Clinical Center (CC) at the National Institutes of Health (NIH) intends to negotiate and award a contract without providing for full and open competition (Including brand-name) to: Draeger Medical, Inc.,
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE:

The Intended procurement is classified under NAICS code 333912 with a Size Standard 1000 # of Employees.

REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-101 January 22, 2019. 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 ($250,000).

STATUTORY AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements.
GENERAL INFORMATION
1. Title: Annual Maintenance Support Services of V5 Mechanical Ventilator.
2. Background Information: The Critical Care Medicine Department (CCMD) was established in November 1977 to provide medical care for critically ill patients throughout the Clinical Center who have potentially reversible medical problems. Critical care medicine may be defined as the observation, diagnosis, treatment, and rehabilitation of patients with overt or potential failure of vital functions.
The Department is currently composed of the following sections:
Clinical Medical Services
Critical Care Therapy and Respiratory Care
Research Section
AIDS Section
Administrative Services

CCMD Mission: To provide high quality and cost effective clinical service that meets the needs of CC patients and NIH Institutes, to facilitate the research goals of NIH Institutes and investigators, and to conduct high quality research and training in Critical Care Medicine.
3. Purpose: The purpose of this correspondence is to request the purchase of a service contract on Draeger Evita V500 Mechanical Ventilator These mechanical ventilators are critical for providing life support to critically ill patients with moderate to severe respiratory compromise due to infection or disease. The mechanical ventilators are very delicate and are subject to extreme wear and tear with repeated use. Repairs, if needed, are expensive and must be turned around quickly to ensure an adequate inventory of mechanical ventilators to use for patient life support.
SCOPE
The Offeror shall provide the following:
Dreger will provide the following services under this full service agreement for the Evita Infinity V500 listed below.
Serial #: ASEB-0083
Serial #: ASEB-0082
Serial #: ASEB-0080
Serial #: ASEB-0079
Serial #: ASEB-0081
Serial #: ASEB-0078
Serial #: ASJC-0041
Serial #: ASHD-0058
Serial #: ASHJ-0216
Serial #: ASKM-0047
1. General Maintenance Service, which includes emergency, warranty, and contracted service as well as the Total Care Program.
2. Engage Maintenance Service by calling Draeger Customer Service Support Department (1-800-437-2437 8a-8p EST/Monday thru Friday or [email protected]).
3. Prioritized dispatch in accordance with the assigned level of dispatch with emergency dispatches receiving highest priority.
4 .Maintenance Service shall include software updates and labor for installation of software updates, to the extent related to the Goods purchased and based on the configuration of the affected unit.
5. The Total Care Program provided is a comprehensive support program that includes labor, travel for repairs and preventive maintenance, as well as required parts to ensure optimized uptime of Draeger equipment.
Scheduled Labor and Travel to perform the OEM's Periodic Manufacturer's Certification, electrical safety checks, and software updates.
Planned maintenance parts and/or kits, consumable and expandable items, such as Sensors, which are called out to be replaced by OEM specifications.
Emergency repair service labor and travel 24 hours a day 7 days a week.
Repair parts installed when service is performed.
DELIVERY LOCATION, SCHEDULE AND INSTRUCTIONS
Any deliverables shall be delivered to the National Institutes of Health, Clinical Center at the address listed below.
NIH Clinical Center
9000 Rockville Pike
Building 10-CRC, Room 4-5551
Bethesda, MD 20892
Attention: Windy Wallin 301-435-2348
[email protected]
CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION

The intended sole source is the only known source to meet the technical needs of the scientific equipment/supplies. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted as prescribed in FAR Part 10-Market Research.

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 a technical proposal, a cost-price proposal, the period of performance, 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 must be received by April 1, 2019, at 12:00 AM Eastern time and must reference solicitation number 19-006442. Responses may be submitted electronically to Priscilla Abalos, Contracting Specialist at [email protected]. Fax responses will not be accepted.

"All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."

 

Bid Protests Not Available

Similar Past Bids

Pike New hampshire 04 Feb 2004 at 5 AM
Location Unknown 10 Mar 2008 at 4 AM
Fort benning Georgia 19 Dec 2018 at 4 PM
Fort benning Georgia 11 Dec 2018 at 6 PM
Houston Texas 15 Jul 2006 at 4 AM

Similar Opportunities

Scott air force base Illinois 16 Jul 2025 at 3 PM
Shaw air force base South carolina 30 Jul 2025 at 6 PM
New york New york 25 Sep 2025 at 4 AM (estimated)
Memphis Tennessee 20 Feb 2026 at 5 AM (estimated)