Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
DOCUMENT

J -- HOLOGIC/CYTYC CELLIENT CELL DISRUPTOR PREVENTIVE AND CORRECTIVE MAINTENANCE SERVICE - Attachment

Notice Date
8/6/2018
 
Notice Type
Attachment
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Contracting Office (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
36C24718Q9444
 
Response Due
8/10/2018
 
Archive Date
11/17/2018
 
Point of Contact
Janica Francis-Hunter
 
E-Mail Address
ment
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE DESCRIPTION: This is a source sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a Sources Sought Synopsis only. Questions should be submitted by email to Janica.Francis@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 334513, In-Vitro Diagnostic Substance Manufacturing (size standard 1250 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this source sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors must respond to the solicitation announcement in addition to responding to this source sought announcement. SPECIFIED REQUIREMENT: Network Contracting Office (NCO7) is seeking sources for a potential contractor to perform the following type of service: HOLOGIC/CYTYC CELLIENT CELL DISRUPTOR PREVENTIVE AND CORRECTIVE MAINTENANCE SERVICE SCOPE: Vendor shall provide all service, tools, equipment, personnel, transportation, and lodging necessary for performing full corrective and preventive maintenance on the Hologic, Inc. (formerly Cytyc Corporation) diagnostic laboratory equipment in use at the Ralph H. Johnson VA Medical Center (RHJVAMC) (Table 1). The base year period of performance for this agreement shall be October 1, 2018 to September 30, 2019, or will begin as soon as this contract is awarded. Four option year periods will be requested as well. Table 1: Equipment to be covered under this maintenance agreement Model Serial # MX Equipment # Equipment Category Cytyc Cellient Processor 40007H07DP 1492384 Cell Disrupters: Ultrasonic Cytyc Thin-Prep 2000 04051J06C0 1473009 Tissue Processors COMPREHENSIVE MAINTENANCE SERVICE AGREEMENT COVERAGE: Vendor shall provide the following: Corrective and Preventive Maintenance: Vendor shall visit RHJVAMC to provide full corrective and preventive maintenance service on the Hologic/Cytyc Cellient Cell Disruptor and Thin-Prep tissue processor when requested by the RHJVAMC Healthcare Technology Management (HTM) Service. Vendor shall also provide unlimited phone support for VA Biomedical Engineering under the contract period of October 1, 2018 to September 30, 2019, (or whatever performance period set by Contracting). After performing corrective maintenance, Vendor shall ensure the equipment has been returned to optimum performance (according to the manufacturer s service documentation manual) by checking mechanical and electrical safety, lubrication, functional testing, and adjusting for optimum performance as needed and as specified in the manufacturer s detailed preventive maintenance work plan. Preventive maintenance shall be performed when scheduled by RHJVAMC HTM to keep the equipment operating in accordance with the manufacturer s specifications. Replacement Parts: Vendor shall provide all necessary parts for repair. These parts shall be new, standard OEM parts that comply with applicable performance and reliability specifications. Software Maintenance: Vendor shall provide all maintenance and updates for the Hologic/Cytyc operating system software. Such updates will solely enhance previously purchased capacities of the Equipment. Operating system upgrades that provide new features or capabilities or that require hardware changes will be offer to RHJVAMC at purchase prices established by Hologic. In addition, some upgrades may require Applications Training provided by Hologic personnel that will be offered at prevailing rates. INFORMATION SECURITY: a. The contractor and their personnel shall be subject to the same Federal laws, regulations, standards and VA policies as VA personnel, regarding information and information system security. These include, but are not limited to Federal Information Security Management Act (FISMA), Appendix III of OMB Circular A-130, and guidance and standards, available from the Department of Commerce s National Institute of Standards and Technology (NIST). This also includes the use of common security configurations available from NIST s Web site at: http://checklists.nist.gov b. To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in VA Information and Information System Security/Privacy Requirements for IT Contracts located at the following Web site: http://www.iprm.oit.va.gov/Security_and_Privacy_Requirements_for_Contractors.asp INFORMATION SYSTEM HOSTING, OPERATION, MAINTENANCE, OR USE: For information systems that are hosted, operated, maintained, or used on behalf of VA at non-VA facilities, contractors/subcontractors are fully responsible and accountable for ensuring compliance with all HIPAA, Privacy Act, FISMA, NIST, FIPS, and VA security and privacy directives and handbooks. This includes conducting compliant risk assessments, routine vulnerability scanning, system patching and change management procedures, and the completion of an acceptable contingency plan for each system. The contractor s security control procedures must be equivalent, to those procedures used to secure VA systems. A Privacy Impact Assessment (PIA) must also be provided to the COTR and approved by VA Privacy Service prior to operational approval. All external Internet connections to VA s network involving VA information must be reviewed and approved by VA prior to implementation. All electronic storage media used on non-VA leased or non-VA owned IT equipment that is used to store, process, or access VA information must be handled in adherence with VA Handbook 6500.1, Electronic Media Sanitization upon: (i) completion or termination of the contract or (ii) disposal or return of the IT equipment by the contractor/subcontractor or any person acting on behalf of the contractor/subcontractor, whichever is earlier. Media (hard drives, optical disks, CDs, back-up tapes, etc.) used by the contractors/subcontractors that contain VA information must be returned to the VA for sanitization or destruction or the contractor/subcontractor must self-certify that the media has been disposed of per 6500.1 requirements. This must be completed within 30 days of termination of the contract. c. Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are: a. Vendor must accept the system without the drive; b. VA s initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or c. VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. d. The C&A requirements do not apply, and that a Security Accreditation Package is not required. REPORTING: Vendor shall report and sign-in to the RHJVAMC HTM office and obtain an identification badge which shall be worn always while on station. After all work is completed, the Vendor must again report in person to the RHJVAMC HTM office, to submit in writing, a complete report of services or repairs performed for each item of equipment. An electronic report of work performed (PDF, MS Word, etc.) shall also be submitted via email within 24-72 hours of each service visit. ADDITIONAL SERVICES: The Contractor guarantees all equipment covered in this contract shall be in optimum working condition at the contract expiration date, provided the Contractor is notified of deficiencies at least one (1) day before the contract expiration date. All changes, updates or retrofits made on any component or system shall be annotated on station equipment manuals and records. Services also include recording all routine work; corrections and repair work in the equipment log. AUTHORIZED SERVICES: Only those services specified within the contract are authorized. Before performing any service or repair of a non-contract nature, the Contracting Officer or his/her designee must be advised of the reason for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. Contractor is cautioned that only the Contracting Officer or his/her designee may authorize additional services or repairs and reimbursement will not be made unless this prior authorization is obtained. SUBCONTRACTING: Due to the complexity of the services required herein, subcontracting will not be permitted. NOTE: Payment of invoices may be delayed if the appropriate reports are not properly completed and submitted to the Biomedical Engineering Section as required above. LOCATION: Ralph H. Johnson VA Medical Center is located at 109 Bee Street, Charleston, SC 29401. The HTM office is in room G200. HOURS OF WORK: RHJVAMC normal working hours are Monday through Friday 0700-1600 (with one hour for lunch), excluding federal holidays. All service shall be performed during normal working hours, unless the Contracting Officer s Representative (COR) provides written consent to the Vendor. RESPONSE TIME: The Vendor s response time to phone inquiries shall be two (2) hours. The Vendor s on-site response time for service calls shall be two (2) business days (typically within 48 hours). TEST EQUIPMENT: RHJVAMC will not furnish test equipment for the performance of this contract. It is the responsibility of the Vendor to bring the appropriate equipment and/or supplies necessary to complete the work as required within unless otherwise specified elsewhere in this document. SPECIAL CONTRACT REQUIREMENTS: Vendor must follow all Department of Veterans Affairs regulations when working on VA equipment. Vendor shall be escorted by RHJVAMC Biomedical Engineering staff while working in sensitive areas of the facility (i.e. patient care areas, etc.). TYPE OF CONTRACT: RHJVAMC anticipates award of a FIRM FIXED PRICE contract based on the contents of this solicitation. REQUESTED INFORMATION: (1) STATEMENT OF CAPABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to provide Molecular Instrumentation. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and the VetBiz Registry at http://vip.vetbiz.gov/. If not, please (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses must be emailed to Janica.Francis@va.gov no later than 11:59 pm EST, August 13th, 2018. Please place " Hologic/Cytyc Cellient Cell Disruptor P&M Service in the subject line of your email. Your response must include your STATEMENT OF CAPABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above, and the completed Market Research Questionnaire. MARKET RESEARCH QUESTIONNAIRE Response to Questionnaire is required from all interested parties. Company Name, Address & Telephone#___________________________________________ Email Address for designated POC ____________________________________________ DUNS#____________________________________________ GSA or NAC Contract # (if applicable) ____________________________________________ Indicate your business size & socio-economic status under NAICS code 334513: [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no Certified HUBZone [ ] yes [ ] no Certified Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Certified Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) [ ] yes [ ] no Registered with the System for Award Management (SAM) @ https://www.sam.gov [ ] yes [ ] no Registered in VetBiz Registry @ http://vip.vetbiz.gov/ RISK: Address any potential risk to the Government to include technical; cost, schedule and performance that may have a direct impact on the acquisition of this service. A SOLICITATION HAS NOT BEEN ISSUED. After review of responses, a solicitation may be published at a later date. Responses to this Market Research Questionnaire will not be considered as submission of an offer for future solicitation announcements. All interested parties must respond to future that solicitation announcement separately or in addition to this Market Research Questionnaire. Contract award resulting from any future solicitation can only be made to a contractor who is registered in SAM. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q9444/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q9444 36C24718Q9444.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4527795&FileName=36C24718Q9444-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4527795&FileName=36C24718Q9444-000.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: Ralph H Johnson VAMC;Department of Veterans Affairs;Engineering Services;109 Bee Street;Charleston, SC
Zip Code: 29401
 
Record
SN05022171-W 20180808/180806231030-7b94af566bb54746d0417ddc2aa83bf5 (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.