Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2022 SAM #7495
SOLICITATION NOTICE

J -- Promethion Maintenance and Analytical Support Service

Notice Date
6/6/2022 11:34:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26322Q0612
 
Response Due
6/15/2022 1:00:00 PM
 
Archive Date
09/22/2022
 
Point of Contact
John Becker, Contracting Officer, Phone: 605-336-3230 x7960
 
E-Mail Address
john.becker3@va.gov
(john.becker3@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO SOLE SOURCE This is a Notice of Intent to Sole Source published in accordance with Federal Acquisition Regulation (FAR) 5.101(a)(1) requiring the dissemination of information regarding proposed contract actions. This Notice of Intent is for a proposed award of an open market sole source award for PROMETHION MAINTENANCE AND ANALYTICAL SUPPORT SERVICE to support the Department of Veterans Affairs, Nebraska Western Iowa Health Care System, 4101 Woolworth Ave, Omaha NE 68105. The proposed award is to SABLE SYSTEMS INTERNATIONAL, 3840 N. Commerce Street, North Las Vegas NV 89032, under the authority of FAR 13.106-1(b); Soliciting from a single source. Only the Original Equipment Manufacturer (OEM) is capable of providing the required service. SABLE SYSTEMS INTERNATIONAL shall provide PROMETHION MAINTENANCE AND ANALYTICAL SUPPORT SERVICE for an 8-cage multiplex Promethion System. The term of service shall be 9/1/2022 to 8/31/2023 and include four (4) one-year option periods to be exercised at the discretion of the government. Specific services to be provided include: Contractor will provide the necessary manpower and supervision to properly execute the maintenance and repair of the Sable Systems International 8-cage Multiplex Promethion System. Provide on-site labor, travel, repairs, and parts. A Field Service Report (FSR) must be generated, and a copy given to the Research Electronics Technician and the Contracting Officer Representative after each episode of scheduled or emergency maintenance. The contractor will provide telephone technical support at no additional charge to the VA. Contractor must furnish all tools and materials (e.g., service manuals, diagnostic software, etc.) required to maintain the equipment in top operating condition. SABLE SYSTEMS INTERNATIONAL is the only known entity capable of providing the required services due to proprietary software. The Promethion System Multiplex metabolic cages are products of Sable Systems International and use proprietary parts and software not available from other manufacturers or service entities. OEM parts and software are only available through Sable Systems International and must be installed by Sable Systems International servicepersons, who are specifically trained to service the equipment. Any other firm providing services would void warranty equipment coverage. The North American Industry Classification System (NAICS) code for this service is 811219 (Other Electronic and Precision Equipment Repair and Maintenance). Product Service Code (PSC) is J065 (Maintenance, Repair, and Rebuilding of Equipment: Medical, Dental, and Veterinary Equipment and Supplies). Small business size standard is $22.0 million. While this synopsis does not constitute a solicitation, interested vendors may identify their interest and capability to satisfy the requirement. All responsible sources may submit a capability statement, which shall be considered by the agency, by emailing such statement and supporting documentation by 3:00 PM Central Time (CT), 6/15/2022 to John Becker, Contracting Officer, at john.becker3@va.gov. No phone calls please. Please reference the announcement number in the subject line of the e-mail. Such documentation will be reviewed solely for the purpose of determining whether or not to conduct the procurement on a competitive basis. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government under authorities cited above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/99dd78f9b8124e1cab886026ef27ceb0/view)
 
Place of Performance
Address: Department of Veterans Affairs Nebraska Western Iowa Health Care System 4101 Woolworth Ave, Omaha 68105, USA
Zip Code: 68105
Country: USA
 
Record
SN06348356-F 20220608/220606230101 (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.