Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2018 FBO #6077
DOCUMENT

J -- Agilent Triple Quad (QQQ) Service - Attachment

Notice Date
7/12/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
36C26018Q9576
 
Response Due
7/18/2018
 
Archive Date
8/2/2018
 
Point of Contact
Jared Zinsmeister
 
E-Mail Address
jared.zinsmeister@va.gov
(jared.zinsmeister@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Page 2 of 5 The Department of Veterans Affairs Portland VA Medical Center has a requirement for Full Service maintenance contract (including repairs) for two (2) Agilent G6430 Triple Quad Analyzers. The VA is intending to establish a Firm Fixed Price base year, plus four (4) option year(s) contract. The objective of this Sources Sought will be to determine the number of Service Disable Veteran Owned Small Business (SDVOSBs), Veteran Owned Small Business (VOSBs), and other Small Business (SBs) that can potentially meet this requirement. The NAICS code is 811219 Other Electronic and Precision Equipment Repair and Maintenance. Size Standard is $20.5 million. 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. 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. 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 small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and current within VetBiz. Visit www.vetbiz.gov for details. Respondents must have OEM certification of training for this type of equipment, indicating that your service technicians have completed training for these services. The information submitted shall contain the company s business size status. This is a request for information and sources only, which may or may not lead to a future solicitation! This is not a request for proposal (RFP). The VA will not pay for any information received resulting from this source sought notice. Requests for copies of a solicitation shall not be honored or acknowledged. Information should be forwarded to the Contract Specialist. Because this is a request for information only, answers to questions will not be posted. If your organization can provide these services and is interested in this opportunity, please respond to Jared Zinsmeister, Contract Specialist, Department of Veterans Affairs, NCO 20, 5115 NE 82nd Avenue, Suite 102 Vancouver, WA 98662 or via e-mail at jared.zinsmeister@va.gov with a statement describing your capabilities. The capability statement shall include a point of contact, complete mailing address, telephone number, email address and state the company s business size status. Any questions shall be addressed to the Contract Specialist, in writing, at the email address provided. The deadline for this information is 5:00 PM Pacific Standard Time, Wednesday July 18, 2018. STATEMENT OF WORK 1. Background The Portland VA Medical Center (PVAMC) requires a full service maintenance contract (including repairs) to ensure that the two (2) Agilent G6430 Triple Quad analyzers (EE# 109281 and 110722) are kept in proper operating condition and meet manufacturer s specifications for operation. 2. Scope All work is to be performed on the two (2) Agilent G6430 Triple Quad analyzers (EE# 109281 and 110722) located at the Portland VA Medical Center. 3. Specific Tasks General Requirements: Contractor shall furnish all supervision, labor, travel, equipment, parts, supplies, and test equipment to provide preventative maintenance services, and corrective repair services on the equipment under contract. Upon award of the contract, contractor shall provide the POC a copy of the original equipment manufacturers (OEM) published preventive maintenance requirements from the OEM Equipment Service Manual. Contractor shall perform all Manufacturer-specified scheduled maintenance as published in the Manufacturer s Service Manual. Scheduled Maintenance shall be performed at the Manufacturer s recommended frequency as published in the Manufacturer s Service Manual during the annual contract period. These PMs will be scheduled in advance with the Lab Biomedical Engineering Support Specialist. Contractor shall furnish all supervision, labor, travel, equipment, parts, supplies, and test equipment to accomplish the preventative maintenance services, and corrective call back services during the annual contract period. OEM parts shall be used for all maintenance and repair services. The contractor will develop or have a source of supply parts to repair equipment in a timely manner.   In the event a part is required to be shipped overnight, the contractor will pay all shipping charges. If called back for the same problem within 7 days, contractor will not charge the government for follow-on work. Contractor will cover the costs for all supervision, labor, travel, equipment, parts, supplies required to rectify the problem. Parts and labor warranty for PMs and repairs will be 90 days. If return calls for the same problem are required for repairs, the warranty will start after the problem has been fully rectified. Escalation Requirements: If the equipment cannot be repaired within 48 hours, escalation to higher levels of technical support and service will be required, up to and including the OEM/Manufacturer. Costs for escalations will be covered by the Contractor. Telephone technical support will be available M-F, 5AM to 5PM PST at no additional cost. Under normal conditions, onsite response time will be within 2-3 days of the day that the call for service was placed. Contractor shall be responsible for any injury to any contractor representative, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by the contractors fault or negligence. Units covered by the contract include: SYS-LM-QQQ/S-US D-LCMS- 859443 13010 LCMS Triple Quad System (VA EE#109281) G6430A/SG10407003 6430 Triple Quadrupole LC/MS system G1312B/DEABM00519 1200 Series binary pump SL G1330B/DEBAK01144 Thermostat for 1100/1200 samplers (WPS and ALS) G1316B/DE90361797 1100/1200 Thermostatted Column Compartment SL G1948B/US10379011 LC/MS API Electrospray Source G1329B/DEABE01024 1200 Series standard autosampler SL G4208A/MY94670239 1200 Series Instant Pilot Control Module G1322A/JP02678196 1100/1200 Vacuum Degasser SYS-LM-QQQ/S-US D-LCMS-104317-68773 LCMS Triple Quad System (VA EE#110722) G6430A/SG10507106 6430 Triple Quadrupole LC/MS system G3335AA/USK0159866 MassHunter Workstation Software G1312B/DEABM00935 1200 Series binary pump SL G1329B/DEABE02605 1200 Series standard autosampler SL G1316B/DE90361956 1100/1200 Thermostatted Column Compartment SL G1948B/US11049028 LC/MS API Electrospray Source G1322A/JP02679482 1100/1200 Vacuum Degasser G1330B/DEBAK02164 Thermostat for 1100/1200 samplers (WPS and ALS) G4208A/MY94670609 1200Series Instant Pilot Control Module This list is a as complete as possible. If there are any errors, oversignts, or items not listed, they will be covered under the contract at no additional cost. 4. Performance Monitoring The tasks are well defined and can, therefore, be easily monitored by the Government point of contact (POC), who shall represent the government for this process. The contractor performance will be monitored and the work certified by the POC. The POC will assure contractor quality by routine inspections, product sampling, and monitoring of work while work is being performed. 5. Security Requirements All contractor employees are subject to the same level of investigation as VA employees who have access to VA sensitive information or access to VA facilities. The background investigation includes the following requirements: 1) Completed documentation 2) Fingerprints 3) Completion of OPM s e-QIP Questionnaire. The Contractor is required to fulfill all of the security requirements. The Contractor, upon completion of fingerprinting, and an initial suitability determination, may be authorized tentative access to start the performance period of the contract, but only on condition of completion of all security requirements. This requirement is applicable to all subcontractor personnel requiring the same access. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. 6. Other Pertinent Information or Special Considerations. The contractor shall provide service engineers that have specialized experience with ) Agilent G6430 Triple Quad analyzers. The contractor s services engineers must be original equipment manufacturer (OEM) trained on the ) Agilent G6430 Triple Quad analyzers, and have a valid training certificate that is kept up to date. The contractor s service engineer shall have fast access to parts, elevated troubleshooting assistance, and regional support. The contract shall execute a non-disclosure agreement. The contractor s service engineers will occasionally have access to view PHI/PPI. Parts shall be shipped via overnight delivery and/or next flight out (NFO) as required if the situation is emergent. 7. Inspection and Acceptance Criteria. The POC is responsible for certifying that the work done under this contract is performed to standard. The POC is also responsible to assure the inspection and acceptance of products provided incidental to services. 8. Place of Performance. Work will primarily be performed at the PVAMC. Some work will be done remotely at the contractor s facilities as pertaining to remote diagnostics and troubleshooting. 9. Period of Performance. 10/1/18 9/30/19 10. Delivery Schedule. SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Repair & Maintenance Contractor determined service report 1 hard copy, 1 emailed copy Within 10 days after completion of work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26018Q9576/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26018Q9576 36C26018Q9576.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4477001&FileName=36C26018Q9576-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4477001&FileName=36C26018Q9576-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Portland VA Medical Center;3710 SW US Veterans Hospital Rd;Portland, OR
Zip Code: 97239
 
Record
SN04989416-W 20180714/180712231201-dcf7871006a7dc05014ab65fadb1d216 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.