DOCUMENT
J -- Mass Spectrometer System Maintenance Agreement - Attachment
- Notice Date
- 4/30/2014
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25914I0443
- Response Due
- 5/6/2014
- Archive Date
- 5/20/2014
- Point of Contact
- MS. RONNIE SANDUSKY
- E-Mail Address
-
Ronnie.Sandusky@va.gov
(Ronnie.Sandusky@va.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (not a Solicitation) The Department of Veterans Affairs, VHA, NCO19 Rocky Mountain Acquisition Center, Denver, CO is seeking potential sources that are capable of providing annual Support and Maintenance Service Agreement on the software and hardware for the AB Sciex Mass Spectrometer and its associated systems Assurance Maintenance Plan located at the VA Medical Center Denver, CO. Firms responding must be authorized service representative for the AB Sciex Mass Spectrometer and its associated systems and provide detailed information to show clear technical compliance. Information about the firm's standard helpdesk support process is also requested. Additionally, maintenance history including recent commercial company's technical support for this equipment should be included. All interested firms shall submit a response demonstrating their capabilities to provide the requested equipment for support agreements to the VAMC. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely with the Government discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, veteran owned small business/service disabled veteran owned small business or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominated in the field of operation in which it is proposing on Veterans Administration contracts and with its affiliate. NAICS code to be used for this acquisition is 811219 ($19.0M). The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). Capabilities packages: all interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of AB Sciex Mass Spectrometer and its associated systems maintenance agreement specifications related to this effort. Responses may be submitted electronically to: Ronnie.sandusky@va.gov in Microsoft word compatible format no later than 06 May 2014 1 PM Mountain Time. Direct all questions via email to Ronnie.sandusky@va.gov PHONE CALLS NOT ACCEPTED. Statement of Work: 1.0 The contractor shall furnish labor, parts, supplies and equipment necessary to provide scheduled and unscheduled maintenance, and periodic preventive maintenance inspections for the equipment listed below. Services shall be performed in accordance with terms, conditions, and specifications contained herein. Equipment is located at the VA Medical Center, 1055 Clermont Street, Denver, CO 80220. 2.0 HOURS OF COVERAGE 2.1 Normal hours of coverage are Monday through Friday from 8:00 a.m. to 5:00 p.m., excluding the federal holidays listed as follows: Federal Holidays: New Year's Day Dr. Martin Luther King Jr's Birthday Presidents' Day Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day Any other day specifically declared a National Holiday by the President of the United States 2.2 When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by US Government Agencies. 3.0 PARTS 3.1 The contractor shall furnish all spare and replacement parts under the terms of this contract. The price of all parts used to perform all scheduled preventive and unscheduled maintenance shall be included in the price of this contract as listed in the schedule. The Government will not pay for any parts provided (during either scheduled or unscheduled maintenance), by the contractor during the performance of this contract. Only new standard parts (manufactured by the maker of the equipment, or equal) shall be furnished to maintain equipment covered under the contract. 4.0 SERVICE MANUALS/TOOLS/EQUIPMENT 4.1 The VAMC shall not provide tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE's all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) necessary to meet the performance requirements of this contract. A reference list of applicable service manuals and their respective locations shall be provided to the CO upon request. 5.0 ____SCHEDULED MAINTENANCE 5.1 The Contractor shall perform PM Service to ensure that the equipment listed in the schedule performs in accordance with the original manufacturer's specifications. PM Service must be completed by: a. 2 PM for Mass Spectrometer b. 1 PM for Air Compressor and Generator c. 1 PM for Shimadzu LC System An outline of the PM schedule and procedures shall be provided to the Contracting Officer within 2 weeks of award of the contract. The contractor shall provide a written description of the Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services shall include, but need not be limited to, the following: Cleaning of equipment. Reviewing operating system software diagnostics to ensure that the system is operating in accordance with the manufacturer's specifications. Calibrating and lubricating the equipment. Performing remedial, non-emergent maintenance. Testing and replacing faulty and worn parts and/or parts likely to fail or become faulty or worn. Inspection and replacement of worn or frayed electrical wiring and cables. Returning the equipment to the operating condition and mode Providing documentation of services performed. 5.2 All service/repairs shall be performed during normal hours of coverage unless requested or approved by the COTR. The only exception is hardware/software update/upgrade installations which shall be scheduled and performed outside normal hours of coverage at no additional charge to the Government (unless it would be detrimental to equipment up-time; to be determined by the COR). The contractor shall provide software upgrade at no charge. 5.3 PM inspection and calibration of the hard copy imaging device services shall be performed in conjunction with all other PM as outlined in the schedule submitted by the contractor and agreed to by the VA. All exceptions to the PM schedule shall be arranged and approved in advance with the COTR. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable). This documentation shall be provided to the COTR at the completion of the PM. 5.4 _____ Work performed outside the normal hours of coverage, at the request of FSE, shall be considered service during normal hours of coverage and shall be exempt from a labor hour charge. 6.0 UNSCHEDULED MAINTENANCE 6.1 The contractor shall provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, to include all intervening service calls performed between scheduled services and calibrations. All required parts shall be furnished to the VA at no cost. The contractor shall repair the equipment to functional level equivalent to the original manufacturer's specifications. 6. 2 The contractor shall provide loaner free of charge as necessary. 6.3 Only the CO, COTR or alternate designated by the CO has the authority to approve/request an unscheduled maintenance service call to the contractor. 6.4 The contractor's FSE shall respond on site within four (4) hours after receipt of request for service. The contractor shall provide parts, if required to effect repair, within 24 hours of diagnosing the problem. 6.5 There shall be no hourly charge to the Government for unscheduled maintenance performed within the normal hours of coverage defined in the statement of work. Work performed outside the normal hours of coverage, at the request of the COTR, shall be invoiced at the price listed in the schedule. Invoicing may include service time plus one (1) hour for travel time. In the event of a Government caused delay, the VA will pay hourly labor charges for unscheduled service the inadvertently extends beyond the specified normal hours of coverage. 7.0 DOCUMENTATION/REPORTS 7.1 The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with the specifications Each ESR must, at a minimum, document the following data legibly and in complete detail: Name of contractor and contract number Name of FSE who performed services Contractor service ESR number/log number Date, time (starting and ending), equipment downtime and hours on-site for service call. VA purchase order number(s) covering the call if outside normal working hours. Description of problems reported by the COTR/user (if applicable). Identification of equipment to be serviced: Inventory ID number, Manufacturer's name, device name, model number & serial number, Any other manufacturer's identification numbers. Itemized Description of Service Performed (including, if applicable, costs associated with after normal working hour services) including: Labor and Travel, Parts (with part numbers), Materials and Circuit Location of problem/corrective action. Total Cost to be billed (if applicable - i.e., part(s) not covered or service rendered after normal hours of coverage). Signatures: FSE performing services described. Authorized VA Employee who witnessed service described. NOTE: - Any additional charges claimed must be approved by the COR (Contracting Officer's Representative) before service is completed 8.0 REPORTING REQUIREMENTS 8.1 The Contractor shall log in with Biomedical Engineering prior to performing any services. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall log out with Biomedical Engineering and submit the ESR(s) to the COTR. All ESRs shall be submitted to the equipment user for an "acceptance signature" and then to the COTR for an "authorization signature". If the COTR is unavailable, a signed, authorized copy of the ESR shall be sent to the contractor after the work can be reviewed (if requested or noted on the ESR). 9.0 OPERATIONAL UPTIME - REQUIREMENTS 9.1 Mass Spectrometer and its associate systems (Liquid Chromatograph and gas generator) shall be operable and available for use 95% of the normal hours of coverage as defined under "HOURS OF COVERAGE". Downtime will be computed from notification of problem during normal coverage hours. Operational uptime will be calculated using month as the basis of calculation. Service for: Instrument's name Manufacturer Description Serial number Qtrap 5500 mass spectrometer AB Sciex mass spectrometer AU 29911209 Reagent tray Shimadzu reagent tray for HPLC L203049 30521 DGU-20ASR Degasser Shimadzu degasser for HPLC L207050 60749 CTO-20AC Column oven Shimadzu HPLC column oven L202150 51261 LC-20ADXR HPLC pump Shimadzu Loading pump L204350 51355 CTO-20AC Column oven Shimadzu HPLC column oven L202150 51264 Reagent tray Shimadzu reagent tray for HPLC L203049 30543 DGU-20ASR Degasser Shimadzu degasser for HPLC L207050 60768 LC-20ADXR HPLC pump Shimadzu Pump B1 L204350 51331 LC-20ADXR HPLC pump Shimadzu Pump A1 L204350 51230 LC-20ADXR HPLC pump Shimadzu Pump B2 L204350 51222 LC-20ADXR HPLC pump Shimadzu Pump A2 L204350 51225 SIL-20ACXR Autosampler Shimadzu Autosampler 1 L204550 50317 SIL-20ACXR Autosampler Shimadzu Autosampler 2 L204550 50324 MXP7900 valve Rheodyne Stream selector A000025157 MXT715 valve Rheodyne Load valve 1 A000020242 MXT715 valve Rheodyne Load valve 2 A000020245 AB-3G Gas generator Peak Scientific gas generator A12-10-085 Eaton 9170+ UPS Eaton UPS BG122T0003 Dell Optiplex 9900 computer Dell instrument controller pc 7N85D25 Dell OXP3WK monitor Dell LCD monitor CN-OXP3WK-74445-23R-097L LaserJet 500 Color M551 Hewlett-Packard laser printer BRBS DDC SV5
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914I0443/listing.html)
- Document(s)
- Attachment
- File Name: VA259-14-I-0443 VA259-14-I-0443.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1340326&FileName=VA259-14-I-0443-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1340326&FileName=VA259-14-I-0443-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-14-I-0443 VA259-14-I-0443.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1340326&FileName=VA259-14-I-0443-000.docx)
- Place of Performance
- Address: NCO19;715 HORIZON DR STE 126;GRAND JUNCTION, CO
- Zip Code: 81506
- Zip Code: 81506
- Record
- SN03351986-W 20140502/140430234431-768ed9ea74facdfd763248b9aa47b070 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |