Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
DOCUMENT

J -- Preventative Maintenance on PerkinElmer Wizard2 1-Detector and PerkinElmer Wizard2 1--Detector-5550 Samples units located at the Buffalo VA Medical Center - Attachment

Notice Date
6/30/2016
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Network Contracting Office 2;Department of Veterans Affairs;Western New York Healthcare System;2895 Union Road - Suite 3500;Cheektowaga, NY 14227
 
ZIP Code
14227
 
Solicitation Number
VA52816N0277
 
Response Due
7/6/2016
 
Archive Date
8/5/2016
 
Point of Contact
Janine Childs
 
Small Business Set-Aside
N/A
 
Description
? Sources Sought only. This is a "REQUEST FOR INFORMATION" only. This Sources Sought Notice is not a request for formal proposals or quotes. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. 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, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The intent is to award a Firm Fixed Price contract. Place of Performance: Department of Veterans Affairs Buffalo VA Medical Center 3495 Bailey Avenue Buffalo, New York 14215-1129 Period of Performance: Base year: July 11, 2016 to September 30, 2016 with four (4) option years to expire September 30, 2020 that may be exercised at the discretion of the Government. Purpose and Objectives: The contractor shall provide all necessary labor and materials for service on two (2) units: PerkinElmer Wizard2 1-Detector and PerkinElmer Wizard2 10-Detector-550-samples units located at the Buffalo VA Medical Center. Service to include: Basic Repair Coverage: o1 PM Visit oParts, Travel and Labor oPhone Support Additional Requirements: oAll work to be performed by OEM trained technicians using only new OEM parts. oProvide PM/Service documentation within 24 hours of completion of work. The service agreement will cover the following government furnished equipment: ManufacturerModelSerial # PerkinElmerWizard2 1-Detector (WIZARD24800010)SGWZ24140158 Perkin ElmerWizard2 10-Detector, 550 Samples (WIZARD24700100)DG07095237 The contractor shall provide a no charge invoice summarizing the maintenance of the Wizard2 Analyzer units. The contractor shall have the necessary skills, OEM training and experience from PerkinElmer to be qualified to repair the Wizard2 analyzer units. Response: Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. The preventive maintenance shall be in accordance with OEM. All work shall be performed by OEM certified personnel, experienced and qualified to work on the specific equipment. If any offeror can provide OEM certification from PerkinElmer for the purposes of performing preventive maintenance on the equipment named above, please submit proof. Responses should include the following information: 1.Company Information to include: a. Points of contact, addresses, email addresses, phone numbers b. Identification as a large U.S. business, small U.S. business, or a foreign business. 2.A summary of your related capabilities to provide subscription services and access listed above. It should be brief and concise, yet clearly demonstrate your abilities to meet the stated requirements including company CAGE Code or DUNS Number, business size and description of relevant contract experience with Government or commercial customers. Limit responses to a total page limit of 1-3 pages in a Microsoft Word compatible format. 3.Address your approach to how the subscription would be provided as requested above. 4.Provide no more than five contract history matrices for any contract relevant to this effort. (Include information about current work or work completed within 3 years of date of this notice) For all current or past contracts deemed relevant, provide the following administrative reference information. (There is no page limit for this requirement.) a. Company/Division Name b. Program Title c. Contracting Agency d. Contract Number e. A brief description of the contract effort, indicating whether it was development and/or production f. Type of Contract g. Delivery Date h. Original Contract & Value and Current Contract & Value i. Name, address and telephone number of Government Program Director/Manager, Administrative Contracting Officer (ACO) and Procuring Contracting Officer (PCO). Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. 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. Response Date: The North American Industry Classification Systems (NAICS) code for this requirement is 811310 (Commercial and Industrial Machinery and Equipment (Except Automotive and Electronic) Repair and Maintenance) with a Small Business size standard of $7.5 million. Any offeror capable of providing this service shall notify the Contract Specialist by email no later than July 6, 2016, 12:00 PM EST. All information is to be submitted via e-mail to: janine.childs@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52816N0277/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-16-N-0277 VA528-16-N-0277.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2845468&FileName=VA528-16-N-0277-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2845468&FileName=VA528-16-N-0277-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Western New York Healthcare System;3495 Bailey Ave;Buffalo, NY
Zip Code: 14215-1129
 
Record
SN04167864-W 20160702/160630235515-25bcfe20b3901ce0643aebeaa3114412 (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 |
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.