Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2018 FBO #6189
DOCUMENT

J -- 7900HT Sequence Detection Systems - Attachment

Notice Date
11/1/2018
 
Notice Type
Attachment
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24219Q0074
 
Response Due
11/8/2018
 
Archive Date
12/8/2018
 
Point of Contact
JAMES, EULANDA
 
E-Mail Address
Contract Specialist
(Eulanda.James@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE ONLY This SOURCE SOUGHT NOTICE is for the purpose of Market Research. Response to this notice will be used for information and planning purposes. No proposals or quotes are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS or QUOTES and NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall NOT be construed as solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). Response to this notice is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The Network Contracting Office (NCO) 2 is seeking preferably Service Disabled Veteran Owned Small Businesses or Small Businesses(SDVOSB), but (will accept other than small business for market research purposes), capable to provide AB Assurance 1PM Recertification and Preventive Maintenance to include: See DRAFT Statement of Work for detailed services. This is a request for a base plus 4 option years contract. The NAICS code is 334513 Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables, the Size Standard is 750 employees. Responses must be received by no later than 12:00 p.m. Eastern Standard Time, (EST) Wednesday, November 8, 2018. A response to this notice shall include Capabilities Statements, with vendors DUNS number and if the service is offered on GSA/FSS schedule or open market. Facsimile or Telephonic responses will not be accepted. Note: All interested parties are reminded to be registered, active and verified in the following to be considered for Award. SAM: https://www.sam.gov/portal/public/SAM/ VETBIZ https://www.vip.vetbiz.gov/Public/Search/Default.aspx Vet 4212 (Veteran owned small Business are reminded of Reporting Requirements) https://www.dol.gov/vets/vets4212.htm STATEMENT OF WORK GENERAL INFORMATION 1. Title of Project: Service Agreement: Applied Biosystems 2. Scope of Work: AB Assurance 1PM Service Coverage for 7900HT Sequence Detection System (PCR) (serial # 279000706) and for 7900HT Sequence Detection System (PCR) (serial # 279001403) from 12/27/2018 through 12/26/2019 (Base Year, plus four additional option years). Both of these instruments are located in the Research Laboratories of Dr. Vahram Haroutunian in the James J. Peters VAMC Research Building, Rm 4F-33. 3. Background: Dr. Haroutunian is Director of the VISN 2 MIRECC Neurobiological research program. These sequence detection systems (PCR) are an integral part of the research program. As the manufacturer of these instruments, this is the only vendor qualified to repair and maintain this equipment since they provide critical OEM parts and technical expertise 4. Period of Performance: The contractor shall complete the work required under this SOW in 365 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. [Time and materials] The work shall begin within 10 calendar days of award, unless otherwise specified. [Both] Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. Base: Date of Award - 12/28/2019. 2. (Option Yr. #1 Begin Date: 12/27/2019 - 12/28/2020, Total Cost: $ _________ for each instrument) 3. (Option Yr. #2 Begin Date: 12/27/2020 - 12/28/2021, Total Cost: $ _________ for each instrument) 4. (Option Yr. #3 Begin Date: 12/27/2021 - 12/28/2022, Total Cost: $ _________ for each instrument) 5. (Option Yr. #4 Begin Date: 12/27/2022 - 12/28/2023, Total Cost: $__________ for each instrument) 5. Type of Contract: This is a Firm-Fixed-Price contract with 4 option years on all the above instruments. STATEMENT OF WORK: The contractor shall provide AB Assurance 1PM Recertification and Preventive Maintenance to include: AB Assurance 1PM includes (1) annual Planned Maintenance, 2-business day priority response, 100% coverage on all parts, labor, and travel for repairs related to the instrument and computer, Pure Dye Calibration (SDS instruments, kit is included), Remote Diagnostics capabilities (most instruments), priority Technical Assistance Center Support (TAC), and priority application technical phone support.   Below is a more detailed description: Onsite Priority Response - is an important feature of our AB Assurance service plan. Customers receive guaranteed 2 business day priority on-site response. In addition, Applied Biosystems engineers are required to provide a 4-hr phone response when dispatched to a service request. Scheduled Planned Maintenance - With the AB Assurance service plan, annual planned maintenance (PM) visit is automatically scheduled. This scheduled visit ensures optimal performance of your instrument, often preventing major breakdowns before they happen Spectral Dye Calibration during the PM - Performed during the planned maintenance visit. Calibration involves analysis of signal strength from standard pure dyes to adjust software for correct data output (for Real Time PCR Instruments only) Includes: a. Dyes, b. Certification documentation, c. Certificate of Calibration Labor & Travel Fees included - All labor and travel fees are included for repair and planned maintenance.   Replacement Parts covered at 100% - All parts are certified and guaranteed to optimize instruments performance and reliability. All parts are manufactured by AB or AB#s direct vendors. Applied Biosystems uses only new or true factory remanufactured parts.   Technical Assistance Center (TAC) is a service reserved for our contract and warranty customers. The service gives you direct access to senior level service personnel for first-level problem resolutions. This provides immediate response in resolving many operational and instrument set-up problems.  Remote Diagnostics is a service providing remote connectivity to your systems. This software, which is exclusive to Applied Biosystems, provides email notifications to both end users and our Technical Assistance Center of instrument conditions and errors. In doing so, it allows both your staff and Applied Biosystems to perform pre-emptive service in order to maintain instrument uptime, which leads to higher sample throughput. This service is reserved for our contract and warranty customers. Covered Computer Hardware - Applied Biosystems uses only business class computers built to our specifications by DELL. We specify what internal components to use and require DELL to supply us with spares until we exhaust the computers. This is very important since manufacturers need to write and test imaging software with the appropriate software drivers for all peripherals. Likewise, we require DELL to provide us with a full complement of spares. These spares are exclusive to our business class computers. In addition, under the terms of the Life Technologies service plan, we are required to maintain the computer. Applied Biosystems does not authorize any third-party service provider to perform maintenance and repair on Applied Biosystems instruments. Place of Performance: Department of Veterans Affairs Veterans Health Administration of NY & NJ (VISN 3): Bronx, NY 10468  
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24219Q0074/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24219Q0074 36C24219Q0074.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4664230&FileName=36C24219Q0074-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4664230&FileName=36C24219Q0074-000.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;James J. Peters VAMC;130 West Kingsbridge Road;Bronx
Zip Code: 10468
 
Record
SN05140416-W 20181103/181101230715-81e30e23740786c5c2cb3755508d4348 (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.