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, 2019 FBO #6552
DOCUMENT

J -- 501-Calibration Services - Attachment

Notice Date
11/1/2019
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
36C25819Q0487
 
Archive Date
12/31/2019
 
Point of Contact
Dennis Cantrell, Contract Specialist
 
E-Mail Address
Dennis.Cantrell@va.gov
(dennis.cantrell@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract.   Requests for a solicitation will not receive a response.   Responses to this source sought must be in writing.   The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses interested and capable of providing the services described below.   Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.   Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned Small Business, Veteran-Owned Small Business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The VA Cooperative Studies Program, Clinical Research Pharmacy Coordinating Center, located at 2401 Centre Ace SE, Albuquerque, NM, 87106 is seeking a potential authorized and certified Checkpoint Environmental Monitoring System contractor capable of providing preventative maintenance and repairs, customer support and technical services, labor, materials and shipping costs on the below listed equipment. PERFORMANCE WORK STATEMENT TITLE: Checkpoint Environmental Monitoring System GENERAL OBJECTIVES AND REQUIREMENTS: The VA Cooperative Studies Program, Clinical Research Pharmacy Coordinating Center requires a service contract for CheckPoint wireless monitoring system to monitor facility and equipment temperature/humidity levels in approximately 110 access points. PLACE OF PERFORMANCE: VA Cooperative Studies Program, Clinical Research Pharmacy Coordinating Center 2401 Centre Ace SE Albuquerque, NM 87106 BACKGROUND: The VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center; 2401 Centre Ave., SE, Albuquerque, NM 87106 uses the CheckPoint wireless monitoring system to monitor facility and equipment temperature/humidity levels in approximately 110 access points (this is expected to grow by up to as many as 100 additional points as biorepository equipment is brought online. Exact growth rate is unknown but is estimated to be 13 units per year. The system operates 24 hours per day, 7 days per week reporting the data to a computer system which in turn provides notification on any out-of-limit detections. As an FDA certified pharmaceutical manufacturing facility, monitoring these parameters is critical to maintaining licensure to operate. Required Services Contract service shall provide online and phone technical support during normal vendor business hours or vendor specified support hours (such as vendor provides off-hour tech support phone number). Contract service shall provide Checkpoint ® version 9.2.9 software program enhancements and upgrades as they become available or as required. Contract service shall provide standard repair or replacement warranty for hardware and software during service period. Contract service shall provide calibrated probe exchange typically on a 12-month cycle (see NOTE 2 of this requirement). The vendor shall notify CSP six (6) weeks prior to the expiration of currently installed probes. The vendor will ship new calibrated probes with detailed NIST Traceable Certificates of Calibration to the CSPCRPCC facility at least 14 working days prior to the one-year calibration expiration date of currently installed probes. NOTE 1: User will install the calibrated probes and return the expired probes. NOTE 2: For the Base Year, probe exchange needs to be scheduled as close to mid-point of contract period as possible to better manage process. Actual dates will be coordinated based on whether or not probes are exchanged prior to this contract. Services by Item/Stock Number per year are and these include projected quantity increases. User will identify TEMP140 breakdown of Air Probe (-40C to 50C) versus Thermocouple Probe (-200C to 350C) probes for exchange. Conformance Standards: Contract service shall ensure that the equipment functions in conformance with the Manufacturer's Performance standards/ specifications and NIST standards. Information Security: In accordance with Appendix A, Handbook 6500.6 Checklist blocks 7, the C&A requirements do not apply to this requirement, and Security Accreditation Package is not required. Other Pertinent Information or Special Considerations: Delivery location: VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center 2401 Centre Ave SE Albuquerque, NM 87106-8140 Period of Performance: The period of performance shall be for one base year PLUS up to four (4) option years. The Government may extend the term of the awarded base/option year by written notice to the Contractor within 30 days of annual expiration date, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary (>60 day) notice does not commit the Government to an extension Base Year: December 18, 2019 - December 17, 2020 Option Year 1: December 18, 2020 - December 17, 2021 Option Year 2: December 18, 2021 - December 17, 2022 Option Year 3: December 18, 2022 - December 17, 2023 Option Year 4: December 18, 2023 - December 17, 2024 Important information:   The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources-sought synopsis request.   This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.   The Government will in no way be bound to this information if any solicitation is issued.   The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined.   No sub-contracting opportunity is anticipated.   The North American Classification System (NAICS) code for this acquisition is 811219- Other Electronic and Precision Equipment Repair and Maintenance ($20.5M).   Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA).   Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise All interested Offerors should submit information by e-mail to dennis.cantrell@va.gov.   All information submissions shall be received no later than 4:30 pm Mountain Time on Wednesday, November 7, 2019.   After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25819Q0487/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25819Q0487 36C25819Q0487.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5211022&FileName=36C25819Q0487-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5211022&FileName=36C25819Q0487-000.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;VA Cooperative Studies Program;2401 Centre Avenue SE;Albuquerque, New Mexico
Zip Code: 87108
 
Record
SN05488033-W 20191103/191101230931-dd83996858de75edf51db059fd91dad0 (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.