DOCUMENT
J -- Leica CM1860 Cryostat Service Contract - Attachment
- Notice Date
- 9/16/2015
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24915N0821
- Response Due
- 9/18/2015
- Archive Date
- 11/17/2015
- Point of Contact
- Victoria Rone
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, Murfreesboro, TN conducting market research to identify potential sources with the capacity and technical capability necessary to successfully perform the requirements described herein. The subject requirement is to furnish all labor, transportation, parts, and expertise necessary to provide preventive maintenance and repairs as needed of the Leica CM1860 UV Tissues processors at the Robley Rex VA Medical Center (Louisville) in accordance with the Statement of Work. The North American Industry Classification System (NAICS) Code for this acquisition is 811219. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. SAM: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Capability Statement/Information Sought: Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified within in the Statement of Work. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail Victoria.Rone3@va.gov. The subject line must specify Leica CM1860 Cryostat Service Contract - VAMC Louisville. Responses must be submitted no later than September 18, 2015 at 11:00am, Central Standard Time with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: a. HuBZone Small Business Concern; b. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); c. Veteran Owned Small Business Concern (VOSBC); d Small Business Concern; e. Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 811219. c. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 811219. d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 811219. NOTE: Interested parties shall submit documentation from Leica stating that they are a part of Leica's network of field service engineers and Exclusive Regional Dealers (ERD) that are strategically located throughout the United States in order to support Leica's Biosystems Division (BSD) customer base. In addition, training certificates and documents shall be submitted illustrating that technicians meet and have completed the highly trained service engineers standards offered through LEICA, are factory certified, FDA compliant to repair and provide preventative maintenance service on Leica's BSD equipment, and have access to the latest service information and support. All submissions received without this documentation will not be considered. Service performed by any non-authorized provider will void instrument warranty. STATEMENT OF WORK 1.SCOPE: Contractor shall furnish all labor, transportation, parts, and expertise necessary to provide preventive maintenance and repairs as needed of the Leica CM1860 UV Tissues processors at the Robley Rex VA Medical Center (Louisville) in accordance with the attached equipment list (Attachment 1). 2.QUALIFICATIONS: To be considered eligible for consideration, vendor must have a field service representative within 200 miles of the facility that has been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment he/she is being asked to provide services for. Additionally, the vendor must be designated as an exclusive regional dealer (ERD) by Leica Biosystems and provide supporting documentation. Bidders must provide, upon request, documentation of factory certified service/maintenance training on the specific equipment under the terms of this contract. The Contracting Officer and/or Contracting Officer Representative (COR) specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment outlined in Attachment 1, based upon credentials provided. The contractor shall maintain sufficient stock of parts needed for repair and maintenance of the equipment, or be able to secure parts within twenty four (24) hours. All parts used shall be new OEM parts only. Reverse engineered and/or refurbished parts shall not be utilized under the terms of this contract without explicit permission, in writing, from the COR. The contractor will have access to all of the latest software updates and service passwords. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. 3.SERVICES TO BE PROVIDED: A.General: 1)Contractor will provide the necessary manpower, supervision, tools, and parts to properly execute the maintenance and repair of the equipment listed in Attachment 1. All containers, including toolkits, can be subject to search at any time. 2)A "Field Service Report" (FSR) must be generated and a copy given to the Robley Rex VAMC's Contracting Officer's Representative (COR) or designee within 72 business hours of each episode of scheduled or emergency maintenance. B.Repair: 1)All repairs will be performed between the hours of 8:00am and 5:00pm, Monday thru Friday, except Federal Holidays. If work must be performed outside of normal contracted hours ("over-time" work), the contractor must obtain prior approval from the COR. If such work is at the cost of the Robley Rex VA Medical Center, a purchase order number must be obtained by the contractor prior to performing any "over-time" work. 2)The contractor responds to service calls via telephone within four(4) hours, and will arrive on-site for repair within 24 hours of placing a service call by the VA. 3)Contractor must furnish all tools and materials (e.g. service manuals, diagnostic software, etc.) required to maintain the equipment in top operating condition. 4)All repairs shall be performed to manufacturer's specifications as written in the manufacturer guidelines and in accordance with good industry practice. 5)Approval of the Contracting Officer or the COR must be obtained before removing any equipment from the facility to an offsite contractor location. No transportation charges will be allowed for either the Field Service Engineer (FSE) or the equipment to or from the contractor's location. The Contractor will be responsible for loss or damage of equipment. 6)Ultrasound Transducers are specified in the agreement as replacement only. The transducers are replaced by the same make and model, with the same tolerances and standards of the original transducer. C.Preventive Maintenance (PM): 1)Preventive Maintenance will be performed by the contractor based upon preventative maintenance guidelines set forth by the manufacturer. 2)Contractor will furnish any required parts/services needed to perform Preventive Maintenance. 3)PM's shall consist of all parts/services, electrical or mechanical, necessary to maintain the equipment in good operating order, based upon Manufacturer's service documentation recommended procedures and frequencies. 4)Prior scheduling of PM's shall be done by the contractor, to ensure the system is made available, without affecting patient care. D.Documentation: A documentation package acceptable for Joint Commission purposes will be maintained by the contractor and made available to the Robley Rex VA Medical Center. Required features include, at a minimum: 1)Serial Number of equipment serviced 2)Any and all work performed on a particular date 3)Preventive Maintenance/Corrective Maintenance - The contractor will perform PM/CM according to manufacturer's specifications. The contractor will have written procedures to be followed and documented evidence that each piece of equipment has been inspected according to those procedures. 4)Service reports shall be made available either physically or electronically within 72 business hours of the service being performed. E.Alterations: The contractor shall ensure prior contact with the COR/designee is made before permanently removing equipment from the facility. Equipment can only be removed from the facility with the permission of the Contracting Officer. Deleted equipment will be credited in the full amount if deleted before any maintenance or repair has been performed on it. 4.SPECIAL INSTRUCTIONS: A.Contractor Check-In: Upon arrival, the contractor will check-in with Biomedical Engineering, prior to performing service(s) at the Robley Rex VA Medical Center. The contractor shall wear visible identification at all times while on the premises of the Robley Rex VA Medical Center, displaying name and company ID. If the contractor has not been previously issued a flash pass, or Non PIV identification card, he/she is to report to the Vendor Check-in service to receive a temporary ID sticker. Repeated failures to follow proper check-in guidelines may result in termination of the contractor's access to the property. B.Documentation: At the conclusion of each repair and scheduled maintenance visit, the contractor will provide a written service report indicating the date of service, the model, serial number, and location of equipment serviced; the name of the representative, and the services performed and parts replaced. The reports will be delivered to the Biomedical Engineering Shop, Room B-029. An electronic copy may be emailed to the Biomedical Engineering Point of Contact. Service reports are required to be available to Biomed within 72 business hours. C.Media: Due to Information Security guidelines, all media (Thumb drives, SD Ram cards, etc.) must be scanned for viruses and/or Malware before being introduced into the VA, to avoid potential damage to electronic equipment. Any media found to have any potentially harmful files, shall be removed from the facility immediately. The ISO shall be notified of any media not in compliance. 5.PERIOD OF PERFORAMCE: Base and four (4) option years October 1, 2015 - September 30, 2016 October 1, 2016 - September 30, 2017 October 1, 2017 - September 30, 2018 October 1, 2018 - September 30, 2019 October 1, 2019 - September 30, 2020 6.PLACE OF PERFORMANCE: Robley Rex VA Medical Center (Louisville), 800 Zorn Avenue, Louisville, KY 40206 7.TERMS AND CONDITIONS: A.User Responsibility: The contractor will not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. B.Exclusions: Service does not include electrical work external to the equipment. ATTACHMENT 1 EE#ModelSite IDSN# 69812Leica CM1860 UV Configuration US11462525379 71989Leica CM1860 UV Configuration US116264391038
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915N0821/listing.html)
- Document(s)
- Attachment
- File Name: VA249-15-N-0821 VA249-15-N-0821.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2319423&FileName=VA249-15-N-0821-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2319423&FileName=VA249-15-N-0821-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-15-N-0821 VA249-15-N-0821.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2319423&FileName=VA249-15-N-0821-000.docx)
- Place of Performance
- Address: Robley Rex VA Medical Center;800 Zorn Avenue;Louisville, Kentucky
- Zip Code: 40206
- Zip Code: 40206
- Record
- SN03890019-W 20150918/150917000253-47a8403f4bb2d2b3b94edbf0d3459693 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |