Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2017 FBO #5840
DOCUMENT

J -- Copy of 580-18-1-255-0001 Fluxion-Bioflux Maintenance Service Contract VA256-18-AP-0652 - Attachment

Notice Date
11/17/2017
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Acquisition & Materiel Management;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
36C25618Q9052
 
Archive Date
12/2/2017
 
Point of Contact
Jeneice McClinton
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 5 Page 1 of 5 Page 1 of 5 1.Title: Preventative Maintenance service plan on Fluxion Biosciences equipment 2.Purpose: The Michael E. DeBakey VAMC (MEDVAMC) hereby issues the following Sources Sought to Request Information (RFI). This RFI is to seek Contractors with the capability to provide Houston MEDVAMC with all labor, supervision, parts, software, transportation, management and personnel required for performing the maintenance of Fluxion Biosciences equipment. 3.Objective: To find qualified and certified contractors with the capability to provide services to the equipment listed below: Part Number 950-0064 BioFlux 1000Z Annual Service Plan. Systems include EXi/Aqua Camera Warranty Protection. Preventative Maintenance on site visit for microscope components. Phone and email technical support. Preventative maintenance of BioFlux Controller and interfaces (return to factory). Contractor shall be an authorized vendor, trained technician, authorized by Fluxion Biosciences for proprietary equipment and services to meet all government requirements and objectives. All questions shall be answered in Section 5 for the government considered contractor with the capability to meet the government requirement. 4. Place of Performance: Michael E. Debakey VA Medical Center (MEDVAMC) 2002 Holcombe Blvd, Bldg 100 Houston, TX 77030 Responses Required: The MEDVAMC requires all the following questions answered in this RFI. Answers that are not provided shall be considered non-responsive to the Request for Information/Sources Sought and contractor shall not be considered as part of the market research. Is the contractor a Fluxion Biosciences authorized vendor with certified technicians to meet all government requirements and objectives? (Contractor shall attach authorization letter to be reviewed by the government to be considered as part of the Market Research and responsive to this Sources Sought notice). Does the Contractor possess the capability to obtain software updates for Fluxion Biosciences equipment? (Contractor shall attach authorization letter to be reviewed by the government to be considered as part of the Market Research and responsive to this Sources Sought notice) Does the Contractor possess all required license, transportation and certification required to perform Preventative Maintenance on BioFlux 1000Z/ EXi Aqua Camera; BioFlux Controller and interfaces equipment. Contractors shall also provide: Point(s) of contact name, address, telephone number, and email address; Company's business size; Data Universal Numbering System (DUNS) Number. Is the Contractor a small business, SDBs, HUBZone, or 8A concern? (Contractor shall attach authorization letter to be reviewed by the government to be considered as part of the Market Research and responsive to this Sources Sought notice). Has Contractor provided similar services? (Contractor shall provide in capability statement a list of active contracts for commercial, federal, state, and local governments. List of contracts shall provide communication on the Government requirement illustrating the capability for comparison). Is the Contractor available under any of the following: Government Wide Agency Contract (GWAC), General Services Administration Schedules (GSA), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? (Please list the contract number and a brief summary of the products and services provided). Provide a short summary of your potential approach to this type of contract and meeting the specific requirements per the draft Statement of Work and your experience managing similar contracts with similar requirements for the MEDVAMC. Opportunity: The MEDVAMC, is seeking information from potential contractors on their ability to provide this service. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition available in the industry. Contractor shall provide answers to all questions requested and shall possess the capability to provide all requirements and objectives per the DRAFT STATEMENT OF WORK. Instructions and Response Guidelines: RFI responses are due by November 27, 2017 at 9:00am (Central Time); size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to jeneice.mcclinton@va.gov. All Questions shall be submitted by November 24, 2017 at 12:00 pm (Central Time) via email to jeneice.mcclinton@va.gov. Telephone requests or inquires will not be accepted. The subject line shall read: 36C256-18-Q-9052 Sources Sought Preventative Maintenance for Fluxion Biosciences equipment NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on above subparagraphs 5(a) - 5(h). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as "market research" and will not be released outside of the MEDVAMC Purchasing and Contract Team. This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot beaccepted by the U.S. Government to form a binding contract. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOpps) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI, or future RFP. Contact Information: Contract Specialist, Jeneice McClinton Email address: jeneice.mcclinton@va.gov Your responses to this notice are appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, any firm that believes it can meet the requirements may give written notification prior to the response due date and time. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements. DRAFT - Statement of Work (SOW) Michael E. DeBakey VA Medical Center (MEDVAMC) 1.0 Scope: The contractor shall furnish services required for annual maintenance service plan to systems including Exi/Aqua Camera providing extended warranty protection. preventative maintenance on site visit for microscope components. Provides phone and email technical service. Provides 1 preventative maintenance of BioFlux controller and interfaces (return to factory). 2.0 Place and Period of Performance: Michael E. DeBakey VAMC 2002 Holcombe Blvd Bldg.,109, Room 246 Houston, TX 77030 3.0 Hours of Coverage Normal hours of coverage are Monday through Friday from 8:00 a.m. to 4:30 p.m., excluding holidays 4.0 Price/ Cost Schedule Quantity Part # Description Unit Price Ext. Price 1 950- 0064 BioFlux 1000Z Annual Service Plan. For systems including EXi/Aqua Camera. Provides extended warranty protection 1 preventative maintenance on site visit for microscope components. Phone and email technical support. 1 Preventative Maintenance of BioFlux Controller and interfaces (return to factory). 9.0 Inherently Governmental Functions Contractor shall not perform any Inherently Governmental functions in accordance with FAR Part 7.5. 10.0 Quality Assurance Contractors shall conform to quality assurance standards in accordance with best commercial practices, unless otherwise specified. 11.0 Confidentiality and Non-Disclosure All information acquired and documents reviewed or handled during this contract belong to the Department of Veterans Affairs, unless otherwise specified in the affiliate agreement. The contractor recognizes that in the performance of this contract it may receive or have access to sensitive or confidential information, including personal information of VHA employees and information proprietary in nature by system contractors, equipment manufacturers and other private or public entities. The contractor working with the Contracting Officer Representative (COR) shall ensure that all employees that may require access to sensitive or confidential information have the mandatory security clearances required for access, and only for the minimum number of employees necessary for contract performance. The contractor shall indoctrinate its employees and all subcontractor employees working on this contract on the laws, rules and regulations governing access to sensitive and/or confidential information. All persons concerned shall understand that unauthorized access to or use of sensitive or confidential information related to this contract shall result in immediate termination of the individual or individuals from the contract and be subject to legal prosecution to the fullest extent of the law. The VA Office of Security and Law Enforcement shall conduct an appropriate background investigation on all of its employees and subcontractor employees working on this contract, and those who may require access to Government computer systems. Clauses dealing with data requirements, rights in data, release in use restrictions, requests for information, press releases and marketing material, intellectual property, Cooperative Research and Development Agreements, and patents and copyrights apply. 12.0 Contract Administration and Performance Monitoring The Contractor is responsible for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The COR and Program Manager will assist by monitoring contractor performance and reporting the findings to the Contracting Officer (CO). The COR will communicate at least monthly with the Lead Principal Investigator. The COR shall be designated on the authority of the CO at the time of contract award to monitor all technical aspects of the contract. In no event is the COR empowered to change any of the terms and conditions of the contract. Changes in any section of this contract shall be made only by the Contracting Officer pursuant to a properly executed modification. The types of actions within the purview of the COR s authority are to ensure that the Contractor performs the technical requirements of the contract, and to notify both the Contractor and the Contracting Officer of any deficiencies observed. A memorandum of designation shall be issued to the COR and a copy shall be sent to the Contractor at the time of contract award setting forth in full the responsibilities and limitations of the COR. 12.1 Contracting Officer s Representative (COR): Dorellyn Lee, Program Specialist Office of Research and Development Tel: 713-791-7949 Email: dorellyn.lee@va.gov 12.2 VA Principle Investigator: Rolando Rumbaut Office of Research and Development Tel: 713-791-1414 x28910 E-mail: rolando.rumbaut@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25618Q9052/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9052 36C25618Q9052_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3914810&FileName=36C25618Q9052-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3914810&FileName=36C25618Q9052-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04743585-W 20171119/171117230751-f765db92d557c5ab767a2ba53c1bdb22 (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.