SOURCES SOUGHT
J -- Biomed, Maintenance of SQA-V Gold Semen Analyzer BASE + 4 OPTION SERVICE CONTRACT
- Notice Date
- 10/27/2020 6:59:35 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26221Q0051
- Response Due
- 10/30/2020 3:00:00 PM
- Archive Date
- 11/29/2020
- Point of Contact
- LATRICIA WILLIAMS, Purchasing Agent, Phone: 562-766-2245
- E-Mail Address
-
latricia.williams2@va.gov
(latricia.williams2@va.gov)
- Awardee
- null
- Description
- 1 THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334516 (size standard of 1,000 Employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Service for Medical Electronics Systems for Maintenance of SQA-V Gold Semen Analyzer for the VA Long Beach Healthcare System: SQA-V ANALYZER THIS IS A NEW MULTI YEAR CONTRACT TO INCLUDE A BASE YEAR PLUS (4) FOUR OPTION YEARS IF EXCERCISED. THIS IS THE BASE YEAR WITH A PERIOD OF PERFORMANCE OF: 12/3/2020 THROUGH 12/2/2021. SERVICE CONTRACT FOR MEDICAL ELECTRONICS SYSTEMS FOR MAINTENANCE OF SQA-V GOLD SEMEN ANALYZER. 1 YR STATEMENT OF WORK Scope: The services to be provided by the contractor under this agreement shall consist of furnishing all necessary parts, labor, transportation, annual preventive maintenance and services required to repair and maintain the Government-owned SQA-V Gold Semen Analyzer (SN 1806, EE# 117292). Period of Agreement: This multi-year contract will have a base year for the period of 12/3/2020 12/2/2021 with option to renew for up to 4 additional years. Hours of Coverage: Normal hours of coverage will be Monday through Friday from 7:00am to 4:00pm, 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 a year. Parts: The contractor will supply, at its own expense, necessary factory-certified equipment manufactured parts, if replacement of the parts is required because of normal wear and tear, or outright failure or as otherwise deemed necessary by the contractor. Hardware and software updates will be scheduled and performed during normal working hours, at no additional charge to the VA. These updates are those required for the correct function of the system; not those purchased to enhance function. Loaner system will be provided if extensive repairs are needed. Labor: The contractor will provide all labor associated with the repair of the equipment covered under the contract agreement. 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 thirty (30) minutes. Contractor will be on site within four (4) hours of telephone acknowledgement of service request as stipulated in paragraph d. The contractor will always contact the Biomedical Engineering Section, (562) 826-5977 before and after arrival at the site. Preventive Maintenance: Preventive maintenance inspections will be provided during the contract period. The scheduling of preventive maintenance inspections will be coordinated with the COR. Preventive maintenance inspections will be performed in a manner which clearly demonstrates that the equipment meets or exceeds all manufacturers technical performance specifications. Maintenance will include, but is not restricted to: Cleaning of the equipment. Reviewing operating system diagnostics to ensure the system is operating within its specifications. Calibrating and lubricating the equipment. Installing and maintaining all recommended updates. Inspecting electrical wiring for wear and fraying. It is the sole responsibility of the contractor to perform all preventive maintenance inspections. The VA will not assume the responsibility of reminding the contractor that a preventive maintenance inspection is due to be performed. If a PM is not performed within the month specified, the amount corresponding will be deducted from the contractor s payments. Preventive maintenance inspections will be performed on a weekday at a time set once the contract is awarded. The equipment user and COR must all agree to the recurring time set for preventive maintenance inspections. 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 enough 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. Contractor personnel performing maintenance and repair services must be fully qualified, competent Field Service Engineers (FSE). Fully qualified is defined as trained and certified by Varian Medical Systems and experienced to work on the equipment assigned. Contractor Submittals: Within 15 calendar days after award date, the Contractor shall furnish two (2) copies of its Preventive Maintenance Procedure which shall be used during the PM services of this contract. These procedures are required by the Government as a condition of the facility s Joint Commission requirements. These copies must be received before any invoices can be certified for payment. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and can provide the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Is your business a: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or a distributor of the items being researched above? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? (5) If you do, state how and what is altered; assembled; modified? (6) Does your company have FSS GSA/NASA SEWP/NAC or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NASA SEWP/NAC or federal contract holder, are the items you are providing information for available on your schedule/contract? (8) Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to equal to items to establish Responses to this notice shall be submitted via email to latricia.williams2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 3PM, PST. October 30, 2020. If a solicitation is issued it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this source sought. Responses to this source sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference 36C26221Q0051. If possible, please provide unofficial pricing
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e1fa2baca00c482db120630350e8231f/view)
- Place of Performance
- Address: VA LONG BEACH HEALTHCARE SYSTEM 5901 EAST SEVENTH STREET BIO-MEDICAL SERVICE LONG BEACH, CA 90822 90822, USA
- Zip Code: 90822
- Country: USA
- Zip Code: 90822
- Record
- SN05839257-F 20201029/201027230147 (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 |