Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2017 FBO #5713
DOCUMENT

J -- Services; Sun Nuclear Software Maintenance - Attachment

Notice Date
7/13/2017
 
Notice Type
Attachment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
 
ZIP Code
33744
 
Solicitation Number
VA24817N1215
 
Archive Date
8/12/2017
 
Point of Contact
Steven Scharlow
 
E-Mail Address
9-3307<br
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Special Notice of Intent to Sole Source This is a SPECIAL NOTICE ANNOUNCEMENT ONLY. The Department of Veteran Affairs (VA), VISN 8 Network Contracting Office intends to award a sole source contract for the C.W. Bill Young VA Medical Center, 10,000 Bay Pines Blvd, Bay Pines, Florida 33744. This proposed contract action is for a service in which the Government intends to award a firm, fixed-price contract for a base and 4 option years with only one source, Sun Nuclear Corporation, 3275 Suntree Blvd. Melbourne, FL 32940-7514 under the authority Federal Acquisition Regulation (FAR) Part 6.302-1 (a)(2), only one responsible source. Place of Performance: Department of Veterans Affairs C.W. Bill Young VA Medical Center 10,000 Bay Pines Blvd Bay Pines, Florida 33744 Purpose and Objectives: The intent of this Special Notice is to identify potential offerors capable of providing full service for maintenance/repairs to the Sun Nuclear Corp. ArcCheck, 3DVH, Daily QA, ATLAS, and IC Profiler. This coverage shall include full support for all components and software. All repair personnel must be fully qualified and OEM certified in order to work on this equipment. Fully qualified is based upon training and on experience in the field. For training, the Service Representatives must have successfully completed a formalized training program, for the equipment identified herein. Certifications and/or training records may be requested. SCOPE AND MAINTENANCE DESCRIPTION: This is a Service and Maintenance Contract to include all software, parts and service to maintain the Sun Nuclear Corp. ArcCheck, 3DVH, Daily QA, ATLAS, and IC Profiler. The system maintenance agreement includes service loaners, telephone and web based support, full hardware warranty extension, software license renewal, software updates to all portions of both systems. The following equipment maintenance is to be covered by the terms and conditions herein: Item Part # Maintenance Description Serial Number Quantity 1 1220-MC ArcCHECK ® Standard Maintenance Agreement. Includes complimentary service loaners (USA only), full hardware warranty extension, software license renewal, full access to all new software releases, and telephone and web-based technical support. 86177011 1 2 1212-SC 3DVH ® Software Maintenance Agreement. Includes software license renewal, full access to all new software releases, and telephone and web-based technical support. 3DVH-86177011 1 3 1122-W IC PROFILER Standard Maintenance Agreement. Includes complimentary service loaners (USA only), full hardware warranty extension, software license renewal, full access to all new software releases, and telephone and web-based technical support. 86655009 1 4 1093-W Daily QA 3 Standard Maintenance Agreement Includes complimentary service loaners (USA only), full hardware warranty extension, software license renewal, full access to all new software releases, and telephone and web-based technical support. 86013023 86013017 2 5 1140-SC ATLAS Software Maintenance Agreement Includes software license renewal, full access to all new software releases, and telephone and web-based technical support. ATSL5430 2 6 1146-SC SNC Machine Software Maintenance Agreement Annual software ONLY agreement. Includes all necessary software upgrades and telephone and web-based technical support. 103716002 141400000026 2 Response: Responses to this Special Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. The purpose of this Special Notice 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 above. 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. No funds have been authorized, appropriated, or received for this effort. Responses should include the following information: Business name, address, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. All offerors must be registered in the System for Award Management (www.sam.com) and Representations and Certifications must be completed prior to any future award. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to provide the full maintenance and repair service on equipment listed. 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 Special 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. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 334519 with a size standard in number of employees of 500. Any offeror capable of providing this service shall notify the Contracting Officer by email within 7 calendar days from the date of the publication of this special notice. All information is to be submitted no later than 4:30PM EST, July 20, 2017 to: steven.scharlow@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24817N1215/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-17-N-1215 VA248-17-N-1215.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3654817&FileName=VA248-17-N-1215-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3654817&FileName=VA248-17-N-1215-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04579224-W 20170715/170714000140-7aef7e126f731149f34483311aa93b24 (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.