DOCUMENT
J -- Preventative Maintenance and Repair on REVCO Freezers - Attachment
- Notice Date
- 10/5/2016
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA24117N0004
- Response Due
- 10/12/2016
- Archive Date
- 12/11/2016
- Point of Contact
- James.Cimini@va.gov
- E-Mail Address
-
JAMES.CIMINI@VA.GOV
(JAMES.CIMINI@VA.GOV)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. 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. Requirement: This notice is issued by the Department of Veterans Affairs, Boston VA Healthcare System, Jamaica Plain, VAMC to identify sources capable of providing the following: A.GENERAL INFORMATION 1.Item: Preventative Maintenance and Repair Agreement for thirty one -80oC Mechanical Freezers located in the MAVERIC Biorepository, Room RB-8; JP 2.Scope of Work: The vendor shall make two regular inspection and service visits during each fiscal year starting with FY 17 to inspect the thirty one -80 °C freezers housed within the MAVERIC Core Lab. Inspections focus on appurtenances, alarm systems, condensers, filters, and any additional mechanical devices necessary for the operation of the unit or any accessories attached to the unit by the vendor. Vendor personnel will make recommendations as appropriate and replace or repair as necessary. 3.Background: The Massachusetts Veterans Epidemiology Research and Information Center (MAVERIC) Core Laboratory processes and stores specimens for clinical trials run by the VA Cooperative Studies Program. As a biorepository the MAVERIC Lab "banks" or stores samples in -80 °C mechanical freezers. The MAVERIC Lab currently has 31 mechanical freezers which require routine inspection, maintenance, and repair. The requested service agreement is necessary to guarantee efficient and effective storage of CSP and VA research biospecimen samples at ideal temperatures. The freezers that are in the Biorepository are all Revco -80oC. Below is the list of freezers with model # and serial # Freezer #Model #Serial NumberEE# Freezer# 1ULT2586-951-A34W19M-600068-XMEE70028 Freezer# 3ULT2586-951-A34W19M-600069-WMEE70027 Freezer# 4ULT2586-951-A36U22N-200474-VNEE72404 Freezer# 6ULT2586-951-A36U22N-200475-VNEE72405 Freezer# 7ULT2586-951-A37W05R-233544-WREE89153 Freezer# 8ULT2586-951-A37V17R-233160-VREE89154 Freezer# 9ULT2586-951-A36V11O-271109-VOEE79749 Freezer# 10ULT2586-951-A36V16O-271261-VOEE79750 Freezer# 11ULT1786-9-A40W18R-234082-WREE89191 Freezer# 12ULT2586-951-A36V20O-271436-WOEE79748 Freezer# 13ULT1786-9-A40W22R-234247-WREE89192 Freezer# 14ULT1786-9-A40V31R-233594-WREE89190 Freezer# 15ULT2586-951-A36N23R-228087-OREE87206 Freezer# 17ULT2586-951-A36W26P-218723-XPEE85652 Freezer# 18ULT2586-10HD-D410129381101101011EE126531 Freezer# 19ULT2586-10HD-D41012348490110823EE132548 Freezer# 21UXF70086D630132054201130311EE143331 Freezer# 22UXF70086D630132054301130312EE143330 Freezer# 23UXF70086D630132054001130314EE136872 Freezer# 24UXF70086D630132054101130311EE143328 Freezer# 25UXF70086D630132053901130313EE143327 Freezer# 26UXF70086D630132449901130927EE148135 Freezer# 27UXF70086D630132457501131001EE148138 Freezer# 28UXF70086D630132449701130930EE148136 Freezer# 29UXF70086D630132449801130925EE148072 Freezer# 30UXF70086D630132454601130930EE148137 Freezer# 31UXF70086D630132457601130930EE148139 Freezer# 32UXF70086D630132761701140304EE150642 Freezer# 33UXF70086D630132798101140324EE150644 Freezer# 34UXF70086D630132798001140324EE150641 Freezer# 35UXF70086D630132802601140325EE150643 4.PM's shall include the following: "Preventative maintenance includes: 1)RECORD -Set point -Indicating temperature -Actual Temperature -High Alarm Set-point -Low Alarm Set-point -Chart Recorder Temperature -Line Voltage under load -Amperage under load -Chare Recorder Back-up Battery Voltage 2)TEST -Alarm Operation (audible/visual) -Remote Contact Operation -Defrost System -Back-up System Operation -Chart Recorder Operation 3)INSPECT -Door gaskets +Latches for proper sealing -Electrical Relays/ Wiring -Compressor operation (noise level) -Evaporator fans + Motors -P.E.P Port (free of ice) 4)CLEAN -Condenser/Filter "Repair/Replace parts as needed. Vendor will be required to repair freezers and provide loaner freezer if necessary. 5.Place of Performance: Inspections will be carried out at VA Boston Healthcare System, 150 S. Huntington Avenue, Jamaica Plain, MA 02130. Room RB-8 It is expected that the vendor be located in a reasonable commuting distance no greater than 100 miles from the Jamaica Plain VAMC as repairs and loaner equipment may be needed on an urgent basis and shipping equipment and prospective delays are not acceptable. Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 811310, Commercial and Industrial Machinery Repair and Maintenance and the size standard is $7.5 million. 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 to James.Cimini@va.gov no later than October 12th at 0900, Eastern 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: 8(a) Business / HUBZone Small Business / Service-Disabled Veteran-Owned Small Business / Small Business / Large Business 4. GSA Contract number (if applicable). 5. Detailed information regarding the service requested. 6. Commercial market information and practices applicable to this service. 7. A positive statement of your intent to submit a quote as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. SAM: Interested parties should register in the System for Award Management (SAM. The SAM can be obtained by accessing the internet at www.sam.gov 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24117N0004/listing.html)
- Document(s)
- Attachment
- File Name: VA241-17-N-0004 VA241-17-N-0004.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3042325&FileName=VA241-17-N-0004-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3042325&FileName=VA241-17-N-0004-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-17-N-0004 VA241-17-N-0004.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3042325&FileName=VA241-17-N-0004-000.docx)
- Record
- SN04298543-W 20161007/161005234406-ce3f0dce54dcd192e55caf0113031376 (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 |