Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
DOCUMENT

J -- Sakura Instrument Maintenance - Attachment

Notice Date
7/21/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217N1475
 
Response Due
7/25/2017
 
Archive Date
8/14/2017
 
Point of Contact
Marie Irvin
 
Small Business Set-Aside
N/A
 
Description
5 REQUEST FOR INFORMATION: VA262-17-N-1475 THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NACIS 811219 sources (size standard 750 Employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide the supplies listed below. If you are interested, and are capable of providing the required supplies please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to marie.irvin@va.gov Telephone responses shall not be accepted. Responses must be received no later than 7/25/2017 3:00 AM PST. If a solicitation is issued it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Prospective bidders must be authorized re-sellers to participate in the solicitation process. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. All interested Contractors must provide O.E.M. memo and certificate outlining said contractor is an factory trained, authorized field service technician to be considered. Please provide unofficial pricing. Schedule: 138B-SVC: VIP-6 1) TISSUE-TEK VIP6 2 Job VIP-5 2) TISSUE-TEK VIP5 1 Job TEC5 EMBED 3) TISSUE-TEK EMBEDDED 1 Job 2 DRS 4) DRS-2000 STAINERS 2 Jobs 6400 COVER 5) TISSUE-TEK GLAS COVERSLIPPERS 1 Job Statement of Work: Scope: The services to be provided by the contractor under this agreement shall consist of furnishing all necessary parts, labor, transportation, and access required to provide: (1) TISSUE-TEK VIP6, (EE#122352 & EE#120150) (2)TISSUE-TEK VIP5, (EE#36645) (3)TISSUE-TEK EMBEDDED, (EE#89161) (4)2 DRS-2000 STAINERS (EE#5103836 & EE#5101051) (5)TISSUE-TEK GLAS COVERSLIPPER (EE#89066) Period of Agreement: Unless otherwise specified, this contract will be for One Time PM Service on Sakura Instruments in Pathology Lab. POP: TBD Hours of Coverage: Normal hours of coverage will be Monday through Friday from 7:00am to 7:00pm, excluding federal holidays. All service/repairs will be performed during stipulated hours of coverage unless requested or approved by Biomedical Engineering. Federal Holidays observed by the VAMC are: New Year s Day Martin Luther King Day President's Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Services to be Provided: Telephone Technical Support: Telephone assistance will be provided 24/7, 265 days/year. Labor: The contractor will provide all labor associated with the repair of the equipment covered under the contract agreement. Two (2) Preventive Maintenance Inspections (PMIs) per year are included. Inadequate or improper repairs performed by the contractor will be correctly repaired at a time convenient to the VA at no additional expense to the VA. There will be no limitation to the number of labor hours provided within the stipulated timeframes of contract coverage. Response Times: Contractor will acknowledge requests by telephone for service within 2 hours. The contractor will always contact the Biomedical Engineering Section, before and after arrival at the site. Note: To ensure proper equipment history documentation, the contractor will forward all preventive maintenance records within 5 working days of completion to Biomedical Engineering. Documentation: Contractor will provide individual written service reports which describe services performed on the equipment (in sufficient detail to be acceptable to the field inspectors of The Joint Commission). The following information must be provided in each service report: 1) Date of service 2) Summary of problem and action taken 3) Parts replaced 4) Labor hours 5) Travel time 6) Equipment serviced (description, Equipment ID #, serial number, etc.) 7) Purchase order number Note: This report must be approved and signed by Biomedical Engineering personnel or their representative. A copy of each report will be left with Biomedical Engineering. In the event that Biomedical Engineering is not available to receive the service report (outside normal working hours), the service report will be left with the supervising official of the equipment that was serviced; the supervising official will forward the service report to Biomedical Engineering (138B) the next working day. Qualifications: Contractor shall be engaged full-time in the maintenance and repair of the equipment listed in Section I. Contractor shall have access to complete service manuals Contractor shall have access to software diagnostic keys Contractor shall, without exception, provide all hand tools, diagnostic test equipment, ladders, and anything else necessary to perform the work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217N1475/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-N-1475 VA262-17-N-1475.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3677939&FileName=VA262-17-N-1475-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3677939&FileName=VA262-17-N-1475-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04590225-W 20170723/170721235155-b468c7a608eb8a1b7eba1b2095e61e2d (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.