DOCUMENT
65 -- VITEK-Biomerieux Maintenance Agreement - Attachment
- Notice Date
- 6/11/2014
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- IRIDIOUS T. RUISE;Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
- ZIP Code
- 29209-1639
- Solicitation Number
- VA24714R0906
- Response Due
- 6/16/2014
- Archive Date
- 8/15/2014
- Point of Contact
- IRIDIOUS T. RUISE
- E-Mail Address
-
6-4000x4035<br
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potential qualified business that may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time, but will be issued at a later date. The DORN VAMC Columbia, 6439 Garners Ferry Road, Columbia SC 29209 is seeking commercial sources to provide maintenance services on the Vitek 2 XL, BactAlert 3D and Previ Color machines. See Statement of Work attached, (SOW), necessary to perform services to at DORN VAMC Columbia, SC 29209.It is anticipated that the contract performance period will include a one-year base period, and four (4) one-year option periods. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 811219, Medical and surgical equipment repair and maintenance services. The size standard for NAICS 811219 is $19.0. The Government is interested in all small businesses including Small Business, 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Woman Owned Small Businesses and Large business that are interested in performing this requirement. The Government requests interested parties submit a response which includes a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, etc.), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protégé relationship, etc.), and a description of same/similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Interested firms are requested to provide their aforementioned information, along with interest and capability statements. No pricing input is being requested. This Sources Sought Notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation Part 10. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. All potential offerors are reminded that lack of registration in the System for Award Management (https://www.sam.gov) will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offeror's to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation and any associated amendments. Submissions to this notice may be emailed to Iridious T. Ruise, Network Contracting Office 7 at iridious.ruise3@va.gov. When emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. Statement of Work Maintenance Agreement for Vitek 2, BactAlert 3d and Previcolor Stainer A.Scope The Dorn VAMC Microbiology Laboratory provides medical care services and diagnostic laboratory testing. Identification of organisms isolated from patients cultures (blood, wound cultures, fungal cultures, etc.) are an important part of the work dine in this laboratory. The contract will include base year with the option to renew for 3 additional years. The contractor shall provide: 1.Vitek 2 XL Full Service Plan which includes 2 PM's per year performed at 6 months intervals. Includes all labor, all travel, expenses and all parts for unlimited number of on-demands visits and telephone support. On site coverage from 7:00 AM to 7:00 PM, 7 days a week. 2.BactAlert 3D Full Service Plan which includes 1 PM per year. Includes all labor, all travel, expenses and all parts for unlimited number of on-demands visits and telephone support. On site coverage from 7:00 AM to 7:00 PM, 7 days a week. Plan also, includes remote telediagnostic feature for troubleshooting instruments with modem access. 3.Previ Color Stainer Repair Plan covers all telephone support and the repair of instrument by either replacement or repair. Upon notification and authorization the contractor will pay for all transportation charges on serviced equipment. The contractor will provide a loaner instrument until completion of service on instrument being repaired, the contractor will pay all transportation charges on the loaner equipment. B.Support Functions The contractor shall utilize the original equipment manufacturers established preventative maintenance procedures and checklist. A field service report shall be supplied to the COR at the completion of each preventative maintenance inspection, maintenance inspection shall include but is not limited to the following: 1.Cleaning of equipment 2.Completing original equipment manufacturer field service updates for operational and reliability engineering changes. 3.Testing and replacing faulty and worn parts. 4.Inspecting/replacing electrical wiring and cables for wear and fraying. 5.Inspecting all mechanical components including but not limited to; cables and mounting hardware, chains, belts, bearings and tracts, motors for mechanical integrity. 6.Returning the equipment to operating condition defined in the original equipment manufacturer specifications. 7.Providing documentation of services provided/performed. 8.Each instrument provided by the contractor shall maintain an uptime of 95% during each month of the term of the agreement. 9. All technicians shall have certification to perform work on the equipment. C.Upgrades The contractor shall provide upgrades to both the equipment hardware and software in order to maintain the integrity of the system and the state of the art technology at no additional charge to the Dorn VAMC. These must be provided as they become commercially available and at the same time they are being provided to commercial customers. This requirement only applies to "system upgrades" that enhance the model of equipment being offered, i.e. new version of software, including database upgrades, correction of hardware defect, upgrade offered to commercial customers at no additional charge, upgrade to replace model of equipment no longer vendor supported, etc. D. REQUIREMENT OVERVIEW & PERIOD OF PERFORMANCE: The government has a requirement for an IDIQ contract for commercial off the shelf (COTS) consumable medical supplies as listed in Attachment A, the quantities listed is an estimate and may be more or less depending on patient volume. This requirement is being requested for one base year and four one year option periods. Base Year: 365 ADOA 1st Option Period365 ADOA 2nd Option Period365 ADOA 3rd Option Period365 ADOA 4th Option Period 365 ADOA E.. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center, 6439 Garners Ferry Road, Columbia, SC 29209 F.SPECIAL REQUIREMENTS: 1.The Contractor is required to provide a confirmation number for each order. 2.POINT OF CONTACT: Contracting Officer's Representative (COR): Name: Claudia Walker Title: Blood Bank, Tissue Bank and Coagualtion Supervisor Department: Pathology & laboratory Medicine Telephone: 803-776-4000 x7371 FAX: 803-647-5713 Email: Claudia.walker@va.gov G.INVOICES: Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, validated by the COR, and submitted to VA FSC, P.O. Box 14991, Austin, TX 78714. A properly prepared invoice shall contain: "In Contractor's Name and Address "voice Number and Date "Accurate Purchase Order Number "Supply or Service provided "Period Supply or Service Provided "Total Amount Due H. TERMINATION FOR CONVENIENCE: Subject to a 14 day advance notice, the Government reserves the right to terminate this contract for convenience if the need for this service changes or is no longer required. I.Records Management Language for Contracts: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: 1.Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2.Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3.Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4.Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5.Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 6.The Government Agency owns the rights to all data/records produced as part of this contract. 7.The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8.Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24714R0906/listing.html)
- Document(s)
- Attachment
- File Name: VA247-14-R-0906 VA247-14-R-0906_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1420031&FileName=VA247-14-R-0906-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1420031&FileName=VA247-14-R-0906-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-14-R-0906 VA247-14-R-0906_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1420031&FileName=VA247-14-R-0906-000.docx)
- Record
- SN03392051-W 20140613/140611235139-d5e796874cc4afd986ecd7e03416217a (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 |