DOCUMENT
J -- Maintenance Svcs for Microbial Detection System - bioMerieux brand Bac-T/Alert 3D - St Louis MO VA Med Ctr - Attachment
- Notice Date
- 3/17/2017
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA25517N0380
- Response Due
- 3/24/2017
- Archive Date
- 5/23/2017
- Point of Contact
- Larry A Buell
- E-Mail Address
-
6-1961<br
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. This announcement is based upon the best information available and is subject to future modification. OVERVIEW: The Department of Veterans Affairs, Network Contracting Office (NCO) 15, has a requirement to obtain on-site full service preventative maintenance and repair of one (1) MICROBIAL DETECTION SYSTEM - bioMerieux brand Bac-T/Alert 3D Combination Module and ancillary equipment for blood culture, body fluid and mycobacterial testing at the VA Medical Center, St. Louis MO. It is anticipated that a base one (1) year contract with up to four (4) one (1) year option years will be awarded. The government intends to award a firm-fixed-price contract. The successful proposer must be able to: Furnish all parts, labor, supervision, material, supplies, test equipment, and emergency repair services, including transportation and per diem cost necessary to furnish the following annual manufacturer s recommended preventative maintenance and unlimited emergency repairs: Annual Preventative Maintenance All parts for the repair and maintenance of the system are covered Unlimited corrective maintenance Unlimited number of telephone support calls 24x7 On-demand service visits Response time. Respond via telephone within two (2) hours of receiving a request for repair services and must be able to arrive on-site to perform diagnostics and repairs within twenty-four (24) hours after notification. Parts. The Contractor shall have ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts except -if applicable - those parts specifically listed as being EXCLUDED. The contractor shall use only new Original Equipment Manufacturer (OEM) or OEM-approved parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. Parts removed from another system, rebuilt and/or used, shall not be installed without specific approval by the CO and the COR. All defective parts replaced become the property of the Contractor, unless otherwise specified by the CO, COR or Alt COR. No third party or grey market parts will be accepted. Contractor Personnel. The Contractor must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. Fully Qualified" is based upon training and experience in the field. For training, the FSE(s) must have successfully completed a formal OEM Certified (or equivalent) training program for all equipment to be maintained and all equipment to be utilized in the performance of the contract. For field experience, the FSE(s) must have a minimum of two years of experience in the installation, calibration, maintenance and repair of the specific equipment identified in Section II. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs. If subcontractor(s) are used, they must meet the same competency standards as Contractor personnel and be preapproved by the CO. SPECIFIC RESPONSE INSTRUCTIONS: Please submit your RFI response (capability statement) in accordance with the following: No more than 5 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; Address if you firm have the capability to perform the repairs for the equipment listed above; Submit your response via email to larry.buell@va.gov; Submit your response by 4:00 P.M. Central Time on March 24, 2017; Mark your response as Proprietary Information if the information is considered business sensitive; NO MARKETING MATERIALS ARE ALLOWED AS A PART OF THIS RFI. The Government will not review any other information or attachments included, that are in excess of the 5 page limitation. INFORMATION REQUESTED FROM INDUSTRY: In response to the RFI, interested contractors shall submit the following information: Company Information/Socio-Economic Status Provide the company size, the CAGE code, and the POC information (name, email address, telephone, and fax numbers). VA has identified the appropriate North American Industry Classification System (NAICS) code of 811219 Medical and surgical equipment repair and maintenance services which has a size standard of $20.5 million for this RFI. Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service- Disabled or Veteran Owned Small Business (SDVOSB) or a Veteran Owned Small Business (VOSB), is your company and/or partners registered in VA s VetBiz repository? Background/Past Experience Provide the following information on a minimum of two and a maximum of four similar maintenance contracts completed within the last three years for which the responder was a prime or subcontractor. The name, address, and value of each project The Prime Contract Type, Firm Fixed-Price, Cost Reimbursement or Time and Material The name, telephone and address of the owner of each project A description of each project, including difficulties and successes Your company s role and services provided for each project Capabilities/Qualifications Overview of proposed solution(s). Include a description of the capabilities/qualifications/skills your company possesses. Joint Ventures Description of Teaming Partners, Joint Ventures that your company would consider to perform the work. Other Market Information Provide any other relative information, however this information must be included within the 5 page limitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25517N0380/listing.html)
- Document(s)
- Attachment
- File Name: VA255-17-N-0380 VA255-17-N-0380.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3347078&FileName=VA255-17-N-0380-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3347078&FileName=VA255-17-N-0380-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-17-N-0380 VA255-17-N-0380.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3347078&FileName=VA255-17-N-0380-000.docx)
- Place of Performance
- Address: Dept. of Veterans Affairs;St. Louis VA Medical Center;John Cochran Division;915 N. Grand Blvd.;St. Louis, MO
- Zip Code: 63106
- Zip Code: 63106
- Record
- SN04438931-W 20170319/170317234157-d242268dbe5ed87daacb47f42f09184a (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 |