SOURCES SOUGHT
J -- NEW - NTX Mass Spectrometer Service
- Notice Date
- 3/6/2023 2:16:26 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25723Q0518
- Response Due
- 3/13/2023 2:30:00 PM
- Archive Date
- 05/12/2023
- Point of Contact
- Contracting Officer, Robyn Nussbaum, Phone: 806-354-7830
- E-Mail Address
-
robyn.nussbaum@va.gov
(robyn.nussbaum@va.gov)
- Awardee
- null
- Description
- The North Texas VA Health Care System (NTVAHCS) is seeking Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), or other Small Business sources capable of meeting the requirement listed below. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 12. NOTE: TO QUALIFY SDVOSB AND VOSB VENDORS MUST BE CERTIFIED IN THE VA VENDOR INFORMATION PAGES (VIP) DATABASE. The North American Industry Classification System (NAICS) is 811210. Any SDVOSB, VOSB, or Small Business firms who wish to identify their interests and capability to provide this product must provide product specifications, performance, and delivery information by notifying the Contracting Officer no later than 4:30 PM Central Time, March 13, 2023. Notification shall be e-mailed to Robyn Nussbaum, at robyn.nussbaum@va.gov. Phone calls will not be accepted. Any vendor who responds to this Notice must provide credentials to perform the requirement as outlined in the below scope. DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Notice that is marked as proprietary will be handled accordingly. In accordance with the Federal Acquisition Regulation, 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 Notice. Statement of Work Purchase a Maintenance Service Agreement for Beckman Coulter Bruker Matrix Assisted Laser Deabsorption Ionization-Time of Flight Mass Spectrometry (MALDI-TOF) 1. Purpose Requesting a base plus two-year Maintenance Service Agreement for Beckman Coulter Bruker Matrix Assisted Laser Desorption Ionization- Time of Flight Spectrometry (MALDI-TOF). 2. Scope Below is a list of items that the vendor will provide as an agreement in the purchase of the Bruker Matrix Assisted Laser Desorption Ionization-Time of Flight Mass Spectrometry (MALDI-TOF Vendor will provide the Bruker Matrix Assisted Laser Desorption Ionization- Time of Flight Spectrometry (MALDI-TOF) instrument Complete Care Priority Plus Maintenance for 3 years as specified by the manufacturer. Software upgrades that are Bruker proprietary software only that excludes third party software.; excludes hardware necessary to upgrade system compatibility. 3. Location The Beckman Coulter Bruker Matrix Assisted Laser Desorption Ionization- Time of Flight Spectrometry (MALDI-TOF) System is in Microbiology Laboratory of the VANTHCS, Dallas P&LMS. 4. Performance Requirements: Maintenance: The Vendor shall perform preventive maintenance at intervals specified by the manufacturer to ensure proper equipment performance. Maintenance includes the following: 4.1.1 Inventory and recording of systems components. 4.1.2 Deliverables of all items needed to perform maintenance shall be received in full. 4.1.3 Test all components for proper test performance. Equipment shall reproduce results per manufacturer s specifications. 4.1.4 After Preventative Maintenance (PM), the vendor shall submit a detailed work report to the COR for notice at no additional cost to the government. (TWO) Planned Maintenance (PM) visits per year with complete inspection of listed instrumentation 4.1.5 Delivery of PM parts or material. The vendor shall provide all preventive service materials at no additional cost the government. 4.2.0 On-call Repairs: On-call repairs are emergency repairs beyond the scheduled maintenance. Unlimited onsite emergency service visits -Parts, labor, travel. 4.2.1 The vendor shall provide technical assistance not limited to test performance, or equipment malfunction twenty-four (24) hours a day, seven (7) days a week, including all Federal and religious holidays, via direct communication thru a telephone bank with technically capacitated and certified personnel by the vendor. 4.2.2. The vendor shall respond to a call for on-site repair and be at the job site within two (2) hours during regular working hours, Monday Friday, 0800 16:00 hours. In very urgent cases, an immediate repair can be requested after 1600 hours and on Saturdays, Sundays, and Federal holidays. After repair, the vendor shall submit a detailed work report to include all required materials and is to be at no-charge to the facility. 4.2.2.1 If the problem cannot be resolved over the phone the vendor will have a service technician dispatched immediately to resolve the problem. Bruker will provide Hotline number for applications /technical service during normal business hours; Technical support hotline outside normal business hours of 5PM-12AM EST weekdays, 9AM -9PM EST on weekends and holidays Bruker's first line of support is via a remote access: If remote access is not available, response time and/or repair will be delayed a minimum of 3 business days. Response time begins once a certified Bruker engineer diagnoses the system and recommends a visit. Service response excludes weekends. 4.2.2.2 If the malfunction is reported to the vendor not later than 1600 hours, the failure elimination shall be started immediately on the same day. 4.3. For delivery of repairs parts or materials the vendor shall provide all parts and materials at no additional cost the government. 4.3.1 Vendor shall remove all parts, equipment or materials replaced, or upgraded by the vendor due to and not limited to repairs, replacements, recall, and upgrades without any cost to the Government. 4.4 Safety 4.4.1 Vendor shall immediately notify the service of any changes in reagents kits composition, procedure modification, recall notification or any changes that will affect the performance of the test or procedure per FDA regulations. 4.5 Test Performance 4.5.1 All test and procedures must comply and be approved by the FDA. 4.5.2. All test, procedures, and equipment must perform at manufacturer specifications, deviations from the performance specifications shall be corrected by the vendor. 4.5.3. All test performance will be evaluated by and not limited for performance thru peer comparison, quality control and CAP peer evaluation per CLIA 5. Period of Performance Purchase of Maintenance Service Agreement for the Beckman Coulter Bruker Matrix Assisted Laser Desorption Ionization- Time of Flight Spectrometry (MALDI-TOF) System will be in effect for a base plus two-year period. Base Year- July 27,2023-July 26,2024 Option Year 1- July 27,2024-July26,2025 Option Year 1- July 27,2025-July26,2026 6. Deliverables/Supplies The contract is only for preventative maintenance only. Only deliverables that are part of performing the preventative maintenance. 7. Vendor Security Contract Requirements This vendor requires no access to VANTHCS or any VA information system. The Beckman Coulter Bruker Matrix Assisted Laser Desorption Ionization- Time of Flight Spectrometry (MALDI-TOF) System will be interfaced to the VANTHCS information system. There will be supervised access when the vendor is physically present for technical support, service calls, and scheduled preventative maintenance. The instrument hard drive will remain on site for external repairs and will be property of VANTHCS. NO VA DATA OF ANY TYPE SHALL BE TRANSFERRED FROM THE VA. 8. Records Management All records (administrative and program specific) created during the period of the contract belong to VA North Texas Health Care System (VANTHCS) and must be returned to VANTHCS at the end of the contract 9. PERSONNEL QUALIFICATIONS: 9.1. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this SOW. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the PWS in an efficient, reliable, and professional manner. The normal manner of dress is business casual. 9.2. Specific Personnel Qualifications Requirements Personnel assigned to or utilized by the contractor in the performance of this contract shall, as a minimum: 9.2.1. Be qualified by the contractor as capable to perform as a field service representative.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/261d25ffa15c484392e97b0725e90d2f/view)
- Place of Performance
- Address: Department of Veterans Affairs P&LMS System 4500 S Lancaster Rd, Dallas 75216
- Zip Code: 75216
- Zip Code: 75216
- Record
- SN06609932-F 20230308/230306230108 (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 |