SOURCES SOUGHT
J -- Maintenance agreement - SUN NUCLEAR CORP - STL
- Notice Date
- 1/31/2020 9:37:10 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25520Q0177
- Response Due
- 2/13/2020 8:59:59 PM
- Archive Date
- 05/13/2020
- Point of Contact
- James G LewisContract Specialist913-946-1992
- E-Mail Address
-
james.lewis114fbb@va.gov
(james.lewis114fbb@va.gov)
- Awardee
- null
- Description
- 36C25520Q0177 Page 2 of 5 This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. 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, Veteran Owned Small Businesses, 8(a), HubZone and other 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, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone 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 Heartland Network 15, Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide warranty and maintenance coverage for MapCHECK 2 and ArcCHECK nuclear imaging software and equipment, for Veterans Health Administration, St. Louis Health Care System, 915 North Grand Blvd. Saint Louis, MO 63106. Classification System (NAICS) code for this acquisition is 811219 (Other Electronic and Precision Equipment Repair and Maintenance) with a size standard of 22 million dollars. 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. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act and VAAR 808.002 (Class Deviation), Priorities for use of Department of Veterans Affairs (VA). However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open solicitation may be published. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THE RESPONSE: Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e. small/large), and DUNS Number. Statement of Capability that demonstrates ability of providing the item in accordance with the attached Statement of Requirement (SOR) and past performance in providing this type of service. Include examples of prior completed Government contracts, references, and other related information. This notice is to assist the NCO 15 in determining SOURCES ONLY. This announcement is not a request for proposals or quotations. The Government is not committed to award a contract pursuant to this announcement. The Government will not pay for any costs incurred in the preparation or submission of information in response to this announcement. 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 located on the web at www.sam.gov). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. Any response to this source sought from Interested parties must be received NLT February 13, 2020. Attention: Jim Lewis, Contracting Specialist. Email: james.lewis114fbb@va.gov Phone: 913-946-1992 STATEMENT OF WORK Maintenance Agreement The contractor will provide the following: WORK TO BE PERFORMED: Repair of the covered equipment under the agreement when necessary. Period of Performance: The period of service is for one year and shall commence on the date of award and continue for one year. No On-Site annual preventive maintenance will be performed by contract employees for products covered by this agreement. Radiation Oncology Physicist must contact contractor for support assistance when product does not perform as expected. Contractor Support Team will assist in evaluation and determine if product needs to be returned to contractor for repair. There will be no repair costs assessed to the Government for products covered under this warranty agreement, for term of agreement. Warranty coverage to be described below. Government will incur expense to return product to contractor for repairs. List of products to be covered by this agreement: PART# DESCRIPTION Serial Number QTY 1177-MC MapCHECK� 2 Standard Maintenance Agreement 6703416 1 1220-MC ArcCHECK� Standard Maintenance Agreement 101763003 1 Warranty coverage includes complimentary service loaners, full hardware warranty extension, software license renewal, full access to all new software releases, and priority telephone and web-based technical support. In addition, the agreement provides access to all updated user manuals and reference guides. Hours for priority telephone support: To be provided by contractor Support Contact Telephone: To be provided by contractor Web Support: to be provided by contractor This agreement does not include support of the following: 3""I party software unless expressly included or noted otherwise. All services for this contract must meet manufacturer performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations. Also, Contractor must provide the appropriate service documentation at no additional expense. Payment for service agreement will be paid annually, in arrears upon receipt of an actual invoice from contractor to Customer. SPECIAL WORK REQUIREMENTS: Hours: n/a Special Instruction: n/a Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Property Damage: The contractor shall take all necessary precautions to prevent damage to any government property and will notify the Radiation Oncology Physicist immediately if damages occur. The Physicist will contact the Contracting Officer if any damages should occur. The physicist does not have the authority to make changes without authorization from the contracting officer. The contracting officer and the contractor may remedy the situation in one of the following ways: be assessed current replacement costs for damaged property, replace damaged property in a timely manner, or correct the damages with like materials at no additional cost. Identification, Parking, Smoking, and VA Regulations: n/a Documentation: All service documentation must contain: Date and time of the QA/QC device arrival to contractor Type, model, and serial number(s) of all equipment on which service was performed Detailed narrative description of reason for service performed to include reported problem and cause of problem (When applicable) Complete list of parts replaced (When applicable) Date and time equipment is returned to serviceability. Infection Control: n/a Payment: Payment will be made one time annually. Personnel Qualifications: Contractor personnel performing under this contract will be fully qualified and competent for the equipment to be performed. Service Quality: All services provided in this contract must meet manufacturers' performance and technical specifications, Federal Regulations, VA Regulations, and meet the requirements of The Joint Commission and Life Safety Code. The contractor shall document all maintenance and provide said documentation to the Physicist upon completion of each service action. PERIOD OF PERFORMANCE: The period of service for this contract shall commence on the date of award for a Base year (12 months) and four option years.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ad93033feedc44ab97fefb0f6d21d9db/view)
- Record
- SN05549346-F 20200202/200131230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |