DOCUMENT
66 -- Lab & Bloodbank Equipment - Attachment
- Notice Date
- 4/6/2016
- Notice Type
- Attachment
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26216Q0655
- Archive Date
- 5/6/2016
- Point of Contact
- Isaac Raymondi
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, Network Contracting Office (NCO) 22, is issuing as a pre-solicitation notice of intent to award a non-competitive order to Rees Scientific, 1007 Whitehead Road, Trenton, NJ, 08638-2405. 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 requirement of FAR Part 6-Competition Requirements. A notice regarding any set-aside restrictions, the associated NAICS code 334516 and the small business size standard 1000 employees. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures. The Department of Veterans Affairs, Network Contracting Office (NCO) 22, on behalf of the VA Long Beach Healthcare System intends to purchase installing, validating, calibrating, and maintaining an upgraded Enterprise Centron Environmental Monitoring System with an estimated 128 inputs. An ongoing program of annual validation, as-needed maintenance, and software upgrades is required to keep this system functionally optimally. It is also required by FDA current Good Laboratory Practices (cGLP) that certain research be able to document the proper storage of components store at room temperature, under refrigeration and in -30C, -80C, and -150C freezers. The following list of equipment will fall under this order: 1.C.CEN-ENT-R3.0Rack Mounterd Enterprise Centron Environmental Monitor 2.TRD-ENTEnterprise Centron Tower or Rack Mount 3.C.ENT-ADD-3.0Enterprise Centron Additional Node License Presidio Vers. 3.0 4.TRD-ENT-ADEnterprise Centron-Add on Towers or Rack Mount Units 5.RF-RPTR-BATTBattery Backed up Wireless 418 MHz Repeater 6.RF-900-BUFCombo battery backed up 900 MHZ transceiver with data buffer 7.V2-NETV2-NET Network Device 8.TPT2Temperature Probe 9.TPT2-RF-AAWireless Temperature Probe 10.TPT3Temperature Probe 11. CAL-CO2Single Point Calibration of CO2 Sensor 12.TEMP-BLOCKTemperature control block 13.VOICE TAGS-1Voice Messages for Centron 14.VOICE TAGS -2 Voice Messages for Centron 15.C.WIN-MAPCentron Software 16.VAL-KIT-PRESValidation Kit for Centron with Centron Presidio Software 17.V2-TRANS110 Volt input, 6 volt DC output, 300MA wall transformer Rees Scientific Corporation has intimate and proprietary knowledge of the systems. Rees Scientific Corporation is the original manufacturer and programmer of the Centron components required for this facility. Due to proprietary nature of the system software, replacement parts, licenses, and intricate designs of the instruments, no other source possesses the knowledge necessary to maintain and validate the system. Vendor must be ISO 9001:2008 certified. 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: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), 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 13, 2016 3:00PM PST and must reference number VA262-16-Q-0655. Responses may be submitted electronically to Isaac Raymondi, Contracting Officer and email at Isaac.raymondi@va.gov. Fax responses or phone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26216Q0655/listing.html)
- Document(s)
- Attachment
- File Name: VA262-16-Q-0655 VA262-16-Q-0655.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2659724&FileName=VA262-16-Q-0655-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2659724&FileName=VA262-16-Q-0655-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-16-Q-0655 VA262-16-Q-0655.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2659724&FileName=VA262-16-Q-0655-000.docx)
- Record
- SN04074713-W 20160408/160406234118-55208e104acf7b8dbb512db014a20ff1 (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 |