SOURCES SOUGHT
J -- PM Contract for Benchmark Ultra Staining Module.
- Notice Date
- 4/16/2020 8:34:06 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24120Q0301
- Archive Date
- 05/16/2020
- Point of Contact
- Krisanne Dernago
- E-Mail Address
-
krisanne.rivera@va.gov
(krisanne.rivera@va.gov)
- Awardee
- null
- Description
- This is not a Presolicitation or Solicitation announcement. This is a Sources Sought notice only. The purpose of this Sources Sought Notice is to gain market knowledge of potential Service Disabled Veteran, Veteran Owned Business or other small business sources and their size classifications; HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Owned Business relative to NAICS Code 811219, Other Electronic and Precision Equipment Repair and Maintenance , with a business size standard not to exceed $22.0 million gross annual receipts. Period of Performance is anticipated to be a 12-month base period with four one-year option periods. Responses to this sources sought notice will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS), a capability statement and references. Please provide a capability statement addressing your organizations ability to perform as a prime contractor. This is not request for proposal and in no way obligates the Government to award any contract. No solicitation is currently available at this time. Please provide responses to this notice to: Krisanne.rivera@va.gov no later than Thursday April 23, 2020. Telephone responses will not be accepted. Responses to this Sources Sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. PERFORMANCE WORK STATEMENT BENCHMARK and SYMPHONY Slide Staining Service Contract REQUESTING SERVICE: Laboratory Service VA Boston Healthcare System West Roxbury INTRODUCTION: The purpose of this contract is to provide a Standard Support and Maintenance Agreement for the Ventana Symphony, HE 600 and BenchMark Ultra Staining Systems located in the Laboratory at the West Roxbury campus of the VA Boston Healthcare System. SYSTEMS INCLUDED ON CONTRACT: Ventana HE 600 System serial# (under warranty until 1 year post install) Benchmark ULTRA staining module serial #311199 Benchmark ULTRA staining module serial #316131 Component Serial # s (CPU, printer, monitor, label printer) MY8561R1HH, 930548, 930555, 930554, 940340, 940349, 950297 THE PERIOD OF PERFORMANCE: Base Year: 06/01/2020 05/31/2021 Includes Both Benchmark ULTRA staining modules and Components serial #s: 390086, 311199, 316131, MY8561R1HH, 930548, 930555, 930554, 940340, 940349, 950297 Option Year 1: 06/01/2021 05/31/2022 Ventana HE 600 System Serial #: ( ) and continues support on Two Benchmark ULTRA Stainer Modules and Components serial #s: 311199, 316131, MY8561R1HH, 930548, 930555, 930554, 940340, 940349, 950297 Option Year 2: 06/01/2022 05/31/2023 Ventana HE 600 System Serial #: ( ) Two Benchmark ULTRA Stainer Modules Serial #s: 311199, 316131 Components (CPU, printer, monitor, label printer) serial #s: MY8561R1HH, 930548, 930555, 930554, 940340, 940349, 950297 Option Year 3: 06/01/2023 05/31/2024 Option to Continue Service and Support for all Equipment listed in previous Option Year Option Year 4: 06/01/2024 05/31/2025 Option to Continue Service and Support for all Equipment listed in previous Option Year SCOPE & PERFORMANCE REQUIREMENTS: The scope of services provided will include: a.) Hours of Coverage: Unlimited on-site service support will be provided M-F, 8am-8pm. Customer may contact Contractor (available 24 hours, 7 days a week) to report service issues. b.) Response time: All requests for repair service will be dispatched with a 48-hour priority response. c.) Specifications of Work: Includes one annual on-site preventive maintenance performed by an FSE. All Preventative Maintenance service shall be dispatched as a non-priority for completion within 30 days of request. d.) Guaranteed Uptime: A guaranteed uptime of 95% shall be maintained during hours of coverage to date: Uptime % = productive time down time divided by productive time times 100. Productive time is planned time of use of equipment. Downtime begins at time of first service call until equipment is returned to proper operating conditions. e.) Documentation Requirements: Service field reports shall be provided at the time of the service call and must be signed by contracting officer s COR and filed with the Biomedical Engineering department. Summary (or duplicate copies) of field service reports shall be included with the invoices. Field service reports shall include written evidence of performance of all procedures and tests as required by the manufacturer. They shall include itemized parts and labor. (1) Services and parts not covered by contract: Contracting Officer or Contracting Officer s COR authorization for any work or parts outside the scope of this contract must be received prior to performance of work or payment will not be authorized. Parts required that are not covered by contract will be purchased by the VA and installed under the terms of the contract. Any update or upgrade that is offered by a vendor that will provide an enhancement or change to the system must be submitted to Clinical Engineering for approval through separate processing and approval for installation and use within the VA system. f.) COR: Nicholas Philbrook DELIVERABLES: The following list itemizes the deliverables that are expected to be provided through this procurement Equipment specified maintained and kept in operational status throughout the life of this contract. Equipment is free from any defects Equipment required no significant repairs a consequence of performance of the task of this contract. Vendor must provide their own OEM Manuals and schematics, which must be available on site at time of service. All defective parts replaced become the property of the vendor. Contractors Tasks Vendor shall provide documentation of substantial experience working on the identified version, make and model of software and hardware. This documentation shall specifically include individuals who will work on the systems. Contracting Officer reserves the right to request factory training certificates from vendor personnel for servicing equipment under contract to determine qualification of responsibility. The Contact number for Clinical Engineering is (857) 203-5517. All contractor personnel (without exception) must report to the Clinical Engineering Department, Bldg. 1-room GB112, to sign in and receive a contractor identification badge before any work is performed. Contractor personnel will be escorted by Clinical Engineering staff for the duration of work performed and return to the same location to sign out and turn-in said badge along with the documented service report for the service performed. If there is a need to replace any hard drive, a hard drive, and all information on it, is the property of the VA and must remain in the control of the VA Clinical Engineering department for Medical Destruction. Service field reports shall be provided at the time of the service call and must be signed by contracting officer s COR and filed with the Clinical Engineering department. Summary (or duplicate copies) of field service reports must be included with the invoices. Field service reports shall include written evidence of performance of all procedures and tests as required by the manufacturer. They shall include itemized parts and labor. Failure to drop off service field reports may delay contractor payment. Additionally: 1. Maintain Specified tasks listed under Scope. 2. Ensure all specified equipment is operational for safe use. 3. Ensures all Replacement software includes site-specific adaptation present in originally delivered software. 4. Ensure all services are reported to Clinical Engineering upon arrival. Government Responsibilities 1. Assigning COR s for this Contract 2. Assuring that the COR provides prompt response to the vendor 3. Provides details on the current condition of the equipment 4. Contracting Officers authorization for any work or parts outside the scope of this contract must be received prior to performance Quality Assurance The quality assurance of the required service shall be maintained by the COR
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4fd39e1dd0e74eaca06601a46f8e42a9/view)
- Place of Performance
- Address: Department of Veterans Affairs;VA Medical Center;1400 VFW Parkway;West Roxbury, MA 02130
- Zip Code: 02130
- Zip Code: 02130
- Record
- SN05624026-F 20200418/200416230153 (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 |