SOURCES SOUGHT
J -- AIRFUGE Ultracentrifuge,120V, 60Hz
- Notice Date
- 8/13/2020 2:31:01 PM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220R0171
- Response Due
- 8/20/2020 2:00:00 PM
- Archive Date
- 08/25/2020
- Point of Contact
- Robert Regan, Contract Specialist, Phone: 562-766-2299
- E-Mail Address
-
robert.regan2@va.gov
(robert.regan2@va.gov)
- Awardee
- null
- Description
- The Veterans Administration, SAOW Network Contracting Office (NCO) 22 is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to provide by the contractor under this agreement shall consist of furnishing all necessary parts, labor, transportation, and access required to provide Protective Support level service to Beckman Coulter AIRFUGE Ultracentrifuge SN AAY18C02 located at the VA Long Beach Healthcare System (VALBHS), 5901 E 7TH Street, CA 90822. The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811211. The Government is anticipating a single award contract with a base year and four (4) year option periods. The base year period of performance is anticipated to begin on or about October 1,2020. A draft copy of the statement of work is provided with this notification. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quote; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. In addition, contractors who respond to these sources sought notice shall provide specific documentation/information that it has provided preventative maintenance and repair services for the specific brand and model of the Beckman Coulter Airfuge Ultracentrifuge unit identified in this notice and the draft statement of work. Acceptable documentation for example would be a copy of a contract or PO identifying the specific equipment and services performed and/or a letter from Beckman Coulter, Inc identifying your firm as an authorized 3rd party service provider. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB), VETERAN OWNED SMALL BUSINESS (VOSB), SMALL BUSINESS OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by August 20, 2020, 2:00PM (PST). All responses under this Sources Sought Notice must be emailed to robert.regan2@va.gov. Statement Of Work Scope: The services to be provided by the contractor under this agreement shall consist of furnishing all necessary parts, labor, transportation, and access required to provide Protective Support level service to Beckman Coulter AIRFUGE Ultracentrifuge SN AAY18C02. This includes: Proactive service approach to maximize uptime and improve profitability On-site labor, travel, and parts during Beckman's normal business hours (Charges according to agreement type) Priority on-site service support and technical phone support Additional key operator training available during Beckman's regular service visits (Charges according to agreement type) Annual scheduled preventative maintenance visit performed to factory specs. Fixed maintenance costs(Charges according to agreement type) Service provided by the only authorized and factory-certified BCI technicians Includes engineering modifications supported by 33,000 genuine new parts Period of Agreement: Unless otherwise specified, this contract will be for the period or performance 10/1/20 through 9/30/21. Hours of Coverage: Normal hours of coverage will be Monday through Friday from 7:00am to 7:00pm, excluding federal holidays. All service/repairs will be performed during stipulated hours of coverage unless requested or approved by Biomedical Engineering. Federal Holidays observed by the VAMC are: New Year s Day Martin Luther King Day President's Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Services to be Provided: Telephone Technical Support: Telephone assistance will be provided 24/7, 365 days/year. Labor: The contractor will provide all labor associated with the repair of the equipment covered under the contract agreement. One (1) Preventive Maintenance Inspection (PMI) per year is included. Inadequate or improper repairs performed by the contractor will be correctly repaired at a time convenient to the VA at no additional expense to the VA. There will be no limitation to the number of labor hours provided within the stipulated timeframes of contract coverage. Response Times: Contractor will acknowledge requests by telephone for service within 2 hours. The contractor will always contact the Biomedical Engineering Section, (562) 826-5977 before and after arrival at the site. Note: To ensure proper equipment history documentation, the contractor will forward all preventive maintenance records within 5 working days of completion to Biomedical Engineering. Documentation: Contractor will provide individual written service reports which describe services performed on the equipment (in sufficient detail to be acceptable to the field inspectors of The Joint Commission). The following information must be provided in each service report: 1) Date of service 2) Summary of problem and action taken 3) Parts replaced 4) Labor hours 5) Travel time 6) Equipment serviced (description, Equipment ID #, serial number, etc.) 7) Purchase order number Note: This report must be approved and signed by Biomedical Engineering personnel or their representative. A copy of each report will be left with Biomedical Engineering. In the event that Biomedical Engineering is not available to receive the service report (outside normal working hours), the service report will be left with the supervising official of the equipment that was serviced; the supervising official will forward the service report to Biomedical Engineering (138B) the next working day. Qualifications: Contractor shall be engaged full-time in the maintenance and repair of the equipment listed in Section I. Contractor shall have access to complete service manuals Contractor shall have access to software diagnostic keys Contractor shall, without exception, provide all hand tools, diagnostic test equipment, ladders, and anything else necessary to perform the work.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e0e07708bd644fe292f9419de9f7d461/view)
- Record
- SN05757561-F 20200815/200813230205 (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 |