Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2020 SAM #6707
SOURCES SOUGHT

J -- Hologic Cellient ThinPrep Equipment

Notice Date
4/8/2020 1:44:16 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25720Q0505
 
Response Due
4/15/2020 12:00:00 AM
 
Archive Date
05/15/2020
 
Point of Contact
Contract Specialist: Myrtis Clemon Email: myrtis.clemons@va.gov
 
E-Mail Address
myrtis.clemons@va.gov
(myrtis.clemons@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. This is a Request for Information ONLY. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Veterans Affairs North Texas Healthcare System in Dallas, Texas, intends to award a firm-fixed price contract, for all required service, labor, travel and parts for the VA software and equipment of ThinPrep Instrument System. (See below Statement of Work for more information). The Government is conducting a market survey to help determine the availability and technical capability of qualified service-disabled veteran-owned small businesses, veteran-owned small businesses, small businesses, HUBZone small businesses and/or other large businesses capable of serving the needs identified below. This notice of intent is for open market as well as Federal Supply Schedule items. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women-owned small business, HUB Zone, 8(a), small business or large business, relative to NAICS 811219. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov or GSA E-Buy at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. ***Brand-name ONLY *** Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. If you are an authorized distributor or reseller, please provide a letter of authorization from the original equipment manufacturer. Please advise if you carry the products for this requirement. Please submit all information to Myrtis Clemons at Myrtis.clemons@va.gov no later than Friday, April 15, 2020, 4:00 PM ET (3:00 PM CST). Statement of Work (SOW) General: The contractor shall provide a service contract for the Cellient Product No. 71959-001 & 71664-001. at the VA Medical Center located in Dallas, TX, which is part of the VA North Texas Healthcare System (VANTHCS). Description of Work: Contractor shall provide all required tools, materials and labor to PM & Repair Cellient Product No. 71959-001 & 71664-001. The contractor shall provide all required service, labor, travel, and parts for the VA software and equipment in accordance with the original equipment manufacturer specifications. Field service engineers must be licensed or contracted with the original manufacturer in order to work on the equipment. All parts must be certified new from the original manufacturer. Reference below for equipment type and the required service: Equipment: Cellient Product No. 71959-001 & 71664-001 Service Coverage: Product # Serial # Service Type 71959-001 40308I15D0 CELLIENT ON SITE 71664-001 50373I15D0 CELLIENT FS ON SITE 71959-001 40308I15D0 CELLIENT ON SITE 71664-001 50373I15D0 CELLIENT FS ON SITE Manufacturer: Hologic Model: 71959-001 & 71664-001 SERIAL # 40308I15D0 & 50373I15D0 Located in Dallas Room 1B328A-2J-D VENDOR: TBA Special Remarks: THIS IS AN ON-SITE SERVICE CONTRACT REQUEST. PARTS AND SOFTWARE ARE PRORIATARY TO OEM VENDOR. RMA#s Hours of Performance: Work shall occur Monday Friday during normal duty hours. Work shall occur On-Site Documentation: Contractor shall furnish a detailed field service report upon completion of work to Biomedical Staff in the Biomed Department. Payment will not be processed until a properly completed service report is received. The service report shall contain, at a minimum, the following information: Type, model and serial number (s) of all equipment on which maintenance was performed Total time spent performing maintenance. Detailed narrative description of the services required Copies of all test reports Complete list of parts replaced Date and time the repair was completed Cost Estimate of all labor (including travel), parts/supplies, and shipping charges The service report shall itemize every item in the specification. Each item shall state the ""as found"" condition or values, the ""calibrated to"" or ""adjusted to"" values, the factory design tolerances, and a complete description of all work performed concerning the items. Included will be a list of new parts used and recommended future repairs. Period of Performance: Period of performance shall be done in a reasonable time frame. On-site service within twenty-four (24) hours during normal working hours Monday through Friday, 8:30 a.m. - 5:30 p.m. local time (excluding Hologic holidays). On-site application service upon request during normal working hours Monday through Friday, 8:30 a.m. - 5:30 p.m. local time (excluding Hologic holidays). One (1) customer care call per year, if requested . Preventative maintenance one (1) time per year (parts included) by Hologic service technician according to operator s or user s manual during normal working hours Monday through Friday, 8:30 a.m. - 5:30 p.m. local time (excluding Hologic holidays). Access to Hologic Technical Support telephone support, Monday through Friday, 7:00 a.m. to 7:00 p.m. Eastern Standard Time (excluding Hologic holidays). Telephone number for Technical Support: 800-442-9892 Place of Performance: VA MEDICAL CENTER DALLAS. Contracting Officer Representatives: Prior to contract award, the Contracting Officer shall designate a VA Medical Center employee as the COR. All work coordination shall be made through the COR. The Contractor shall be provided a copy of the letter of delegation authorizing the COR at the commencement of the term of the contract. No other person shall be authorized to act in such capacity unless appointed in writing by the Contracting Officer. Information technology security requirements: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. The contractor shall comply with all Federal laws and regulations the VA has developed when VA sensitive information is accessed, used, stored, generated, transmitted, or exchanged by and between VA and a contractor. The information made available to the contractor by VA for the performance of this contract will be used only for the purposes of performance under this contract. The certification and accreditation requirements do not apply to this requirement and a security accreditation package is not required. SECURITY STATEMENT: Sensitive VA information is contained within the systems covered by this contract. Biomedical Engineering shall perform virus scans on all removable media prior to use on VA medical equipment. This includes all types of removable media, including media (e.g., USB devices, CDs, dongles, etc.) that has been issued by VA, media not issued by VA, and media brought in by vendors or independent service organizations. Within accordance of VA Directive 6500, Information Security Program, September 2007 The Vendor will not transfer any VA information to a location outside the VA and only to VA locations determined by the VA System Administrator. The information in these systems may be covered by the Privacy Act 1974 which contains criminal penalties of abuse of information. During onsite service, the Vendor shall be chaperoned by VA Personnel. However, the vendor shall not be issued a UserID/Password. Non-volatile memory devices, working or non-working, shall NOT be removed from the VA facility until the ISO has certified that the data has been destroyed. For magnetic devices and media, the data destruction will be by degaussing. Other forms of cleansing will be used for non-magnetic media. The vendor will not have remote access to complete the repair(s) and preventive maintenance. RECORDS MANAGEMENT STATEMENT All records (administrative and program specific) created during the period of the contract belong to VA North Texas Health Care System (VANTXHCS) and must be returned to VANTXHCS at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1. Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver enough technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served to the Contractor or his representative at the work site shall be deemed enough for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work and hold the Contractor in default. Invoicing: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. This is accomplished through the Tungsten Network located at: http://www.fsc.va.gov/einvoice.asp This is mandatory and the sole method for submitting invoices.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/19dd144aacaf4d22b11e8882a4c9d7ca/view)
 
Place of Performance
Address: Department of Veterans Affairs;Dallas VAMC;4500 S. Lancaster Rd.;Dallas, TX 75216-7167, USA
Zip Code: 75216-7167
Country: USA
 
Record
SN05615060-F 20200410/200408230159 (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 |
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.