Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
DOCUMENT

J -- Histology Equipment Service - Attachment

Notice Date
2/1/2018
 
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
36C26218Q9144
 
Response Due
2/7/2018
 
Archive Date
3/9/2018
 
Point of Contact
Peter Kim
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. VA Greater Los Angeles Health Care System (VAGLAHCS) located at 11301 Wilshire Blvd., Los Angeles, CA 90073 is seeking a contractor to provide service and annual preventive maintenance on the following Thermo Fisher Scientific instruments in the Histology section of the Pathology & Laboratory department. Equipment: HM 355 S Rotary New2009 (905200) Quantity: 2 each Serial Numbers: S14060377 and S14060379 Coverage: All replacement parts Labor and travel expenses for any unscheduled service visit, One yearly scheduled PM visit On-site repair or at Thermo Fisher Scientific, All applicable instrument shipping charges. Equipment: PrintMate 450 Cassette Printer Quantity: 1 each Serial Number: PM2855M1411 Coverage: All replacement parts Labor and travel expenses for any unscheduled service visit, One yearly scheduled PM visit On-site repair or at Thermo Fisher Scientific, All applicable instrument shipping charges. Equipment: SlideMate Quantity: 5 each Serial Numbers: 511741-25, 511742-25, 511743-25, 511744-25, 511745-25 Coverage: All replacement parts necessary for repairs, 6-7 day turnaround of the instrument, All shipping charges for the instrument as applicable, Repairs performed at a central location; not onsite PMs and services will be accomplished in accordance with the manufacturer s written procedures. The Preventative Maintenance shall include: required services, all OEM parts, OEM software (if applicable), labor and associated travel. Service technicians must be Thermo-Fisher Scientific certified and factory trained. Certificate of training must be provided. Thermo Fisher Scientific is the Original Equipment Manufacturer (OEM) of this equipment. The period of performance is one year. If you are interested, and are capable of providing the required service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) 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. (3) Is your company considered small under the NAICS code 811219? (4) Are you the manufacturer or distributor of the items being referenced above? What is the manufacturing country of origin of these items? (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 a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. 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. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses. However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811219 ($20.5 Million). Responses to this notice shall be submitted via email to peter.kim33@va.gov. Telephone responses will not be accepted. Responses must be received no later than 2/7/2018 1:00 PM PST. After review of the responses to this sources sought announcement, a solicitation may be published on the FedBizOpps or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9144/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9144 36C26218Q9144.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4058840&FileName=36C26218Q9144-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4058840&FileName=36C26218Q9144-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd;Los Angeles, CA
Zip Code: 90073
 
Record
SN04806918-W 20180203/180201231434-78a2bac71c913ff8f8616926a3752b86 (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.