Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2023 SAM #7820
SOURCES SOUGHT

J -- 3500 Genetic Analyzer Maintenance Service

Notice Date
4/24/2023 12:58:53 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0511
 
Response Due
5/1/2023 1:00:00 PM
 
Archive Date
05/31/2023
 
Point of Contact
Denise.Patches@va.gov, Denise Patches, Phone: 253-888-4922
 
E-Mail Address
Denise.Patches@va.gov
(Denise.Patches@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Page 5 of 5 DESCRIPTION Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested. The intended contract is a firm-fixed price contract. A SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. It does apply to all other socioeconomic small business categories. The Puget Sound VA Medical Center (VAMC) requires a base plus option year service to have Preventative Maintenance and Services Contract for the Life Technologies 3500 Genetic Analyzer. Statement of Work (SOW) Life Technologies 3500 Genetic Analyzer SERVICE CONTRACT STATEMENT OF WORK (SOW) 3/20/23 1. Contracting Officer s Technical Representative (COTR). Name: Susan Usher Section: Research and Development Address: Rm 712, Building 1, VA Puget Sound Healthcare, 1660 S Columbian Way, Seattle, WA 98108 Phone Number: 206 764 2993 Fax Number: E-Mail Address: Susan.usher@va.gov 2. Contract Title. Life Technologies 3500 Genetic Analyzer Service Contract 3. Background. Dr. Cyrus Zabetian s research laboratory uses the 3500 Genetic Analyzer for fragment analysis genotyping and Sanger sequencing of human DNA at VAPSHCS. The Life Technologies 3500 Genetic Analyzer is a delicate and complex instrument that is a very sensitive piece of equipment and therefore must be maintained and calibrated each year. In addition to the planned maintenance, the service contract covers updating of technical developments, repairs, and software application updates. 4. Scope. A service plan from vendor providing a factory trained and certified service engineer to troubleshoot and repair 3500 Genetic Analyzer instrument with certified OEM spare parts, as well as provide preventative maintenance. 5. Specific Tasks. A vendor must provide Field Service Engineers (technicians) that are OEM certified and trained to work on the instrument. All certifications and training must be kept current and up to date and provided to the VA as proof that work can be performed under OEM guidelines. If OEM certified and trained engineers cannot be provided by the vendor for any reason at any time, the vendor will immediately notify the VA Station Point of Contact. On-site response by a technician(s) for issues will occur within two business days of notification by the VA Station Point of Contact of an issue. Phone support will be provided by OEM technicians. Vendor shall provide annual preventative maintenance in accordance with OEM recommendations/guidance for preventative maintenance. Vendor shall provide parts, labor and travel for remedial repairs. Vendor shall provide Application Technical Support via phone and e-mail. 6. Performance Monitoring The performance of the contractor is supervised on site by Dora Yearout who then reports the contractor performance to the station point of contact, Susan Usher. A yearly performance evaluation will be submitted. 7. Security Requirements. When working at the VAPSHCS the contracted service provider will be escorted and supervised at all times by two of the following VA personnel: Cameron Bolt, and Dora Yearout. The contractor will not have or require access to any VA network or system (logical access). The contractor will not have verifiable access to VA sensitive information or PHI. The contracted service provider will not have access to the VAPSHC Lab in Bldg. 1, Rm 613. Each service appointment will be scheduled in advance by one of the above-named VA employees. Regarding Information security, the C&A requirements do not apply, a Security Accreditation Package is not required. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). None 9. Other Pertinent Information or Special Considerations. None a. Identification of Possible Follow-on Work. N/A b. Identification of Potential Conflicts of Interest (COI). None c. Identification of Non-Disclosure Requirements. None d. Packaging, Packing and Shipping Instructions. N/A 10. Risk Control. N/A 11. Place of Performance. Dr. Cyrus Zabetian Laboratory Bldg. 1, Room 613 1660 S. Columbian Way Seattle, WA 98108 Laboratory Point of contact: Dora Yearout 206-277-6642 12. Period of Performance. First Year -Date of Award to 4-30-2024 Option Year One: 05-01-2024-04-30-2025 Option Year Two: 05-01-2025-04-30-2026 Option Year Three: 05-01-2026-05-01-2027 Option Year Four: 05-01-2027-04-30-2028 13. National Holidays. Work shall not be performed on the following legal government holidays: New Year s Day Jan 1st Martin Luther King Day 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran Day November 11th Thanksgiving 4th Thursday in November Christmas December 25th If a holiday falls on Sunday, the following Monday will be observed as the national Holiday. When a holiday falls on a Saturday, the proceeding Friday is observed as the national Holiday. Also included would be any day specifically declared by the President of the United States as a National Holiday. 14. VA Point of Contact. The primary VA point of contact for this requirement is: Susan Usher: susan.usher@va.gov Research & Development Service 1660 S. Columbian Way Seattle, WA 98108-1587 Phone: (206) 764-2993 Fax: (206) 764-2391 15. Delivery Schedule. SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Repair & Maintenance Contractor determined service report 1 hard copy, 1 emailed copy Within 10 days after completion of work. Potential contractors shall provide, at a minimum, the following information to Denise.Patches@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 811210 Electronic and Precision Equipment and Maintenance. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. Responses are due by 5/1/2023 1:00 pm PST, to the Point of Contact. Shipping Address: Puget Sound VA Medical Center 1660 S. Columbian Way Seattle, WA 98108 Point of Contact: Denise Patches Contract Specialist Denise.Patches@va.gov 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. In accordance with 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ed0ccf52fb9849c19ea4f41f1d74c54b/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Puget Sound Bldg. 1 Room 712 1660 S. Columbian Way, Seattle, WA 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN06660842-F 20230426/230424230119 (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.