Inactive
Notice ID:36C26320Q0461
NOTICE OF INTENT TO AWARD SOLE SOURCE This is a Notice of Intent published in accordance with Federal Acquisition Regulation (FAR) 5.101(a)(1) requiring the dissemination of information regarding prop...
NOTICE OF INTENT TO AWARD SOLE SOURCE This is a Notice of Intent published in accordance with Federal Acquisition Regulation (FAR) 5.101(a)(1) requiring the dissemination of information regarding proposed contract actions. This Notice of Intent is for a proposed award of a sole source, firm-fixed price contract under the authority of FAR 13.501(a), Simplified Procedures for Certain Commercial Items, Special Documentation Requirements prepared under the format at 6.303-2 in accordance with 41 U.S.C.1901. The Department of Veterans Affairs (VA), Network Contracting Office 23 (NCO23) intends to award a commercial item sole source, firm-fixed price contract to Medtronic, Inc. to provide O-Arm O2 Service and Support Service to support the Nebraska Western Iowa Health Care System (NWIHCS), Omaha NE VA Health Care System (VAHCS). Medtronic, Inc. is the only known firm having unfettered access to software and hardware to retain warranted services for VA-owned Medtronic equipment. Service to include OEM replacement parts, software maintenance and upgrades, surgical support visits to provide training and support, ongoing product maintenance, software licenses, and remote support connectivity. The North American Industry Classification System (NAICS) code associated for this requirement is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $22.0M. The service code is J065, Maintenance, Repair, and Rebuilding of Equipment: Medical, Dental, and Veterinary Equipment. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS. Responsible sources may identify their interest and capability to meet this requirement by submitting supporting documentation including an authorized dealer/distributor letter signed by Medtronic Inc reflecting that the third party is an authorized entity to provide required maintenance services and will have unfettered access to OEM replacement parts, software, software licenses, and remote connectivity capabilities. Such documentation will be reviewed solely for the purpose of determining whether or not to conduct the procurement on a competitive basis. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. The Government will not be responsible for any costs associated with the preparation of responses to this notification. All inquiries and submittals must be sent via email to john.becker3@va.gov by 6/12/2020 at 11:59 PM Eastern Time. Telephone inquiries will not be accepted.