DOCUMENT
J -- FAST Real Time PCR Preventive Maintenance, STL VAMC - Attachment
- Notice Date
- 8/30/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- 36C25518Q9724
- Response Due
- 8/30/2018
- Archive Date
- 10/29/2018
- Point of Contact
- Laura Ferguson
- E-Mail Address
-
Contract Specialist
(Laura.Ferguson@va.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. This announcement is based upon the best information available and is subject to future modification. OVERVIEW: The Department of Veterans Affairs, Network Contracting Office (NCO) 15, has a requirement for a service agreement and preventative maintenance contract for the 7500 Fast Real-Time PCR system at the Washington University School of Medicine, 425 South Euclid Avenue, OB/GYN Room 10111, St. Louis, MO 63110. This would be a firm-fixed price contract for a base year with renewal options for an additional two years. Specifications: The Contractor shall perform annual preventative maintenance procedures during the contract year as arranged with the lab representative. Preventative maintenance procedures shall be in accordance with the published preventative maintenance procedures for equipment listed in the schedule. -An electronic and paper version of the Field Service Report shall be supplied to the lab representative at the completion of the preventative maintenance procedure. Preventative maintenance procedures shall include, but is not limited to, the following: -Vendor cleaning of equipment -Completing field service updates for operational and reliability engineering change notices -Calibrating and lubricating the equipment -Performing remedial maintenance of non-emergent nature -Testing and replacing faulty and worn parts -Inspecting/replacing electrical wiring and cables for wear and fraying -Inspecting all mechanical components, including, but not limited to, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches and motors for mechanical integrity, safety and performance to specifications -Returning the equipment to operating condition defined in specifications -Replacing any labels, decals or warning tags that are not legible -Unscheduled and emergency repairs will receive a priority response time of 2 business days after receipt of a service call for the 7500 Fast Real-Time PCR system. Contractor shall notify the Contracting Officer of the existence or development of any defects in or repairs to the equipment covered under this contract, which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). All exceptions to the Preventative Maintenance Inspection schedule shall be arranged and approved in advance with the Contracting Officer. Remote monitoring and diagnostic service is included which provides the customer notification of instrument failures or errors that are reported by the Remote Monitoring software. Software updates are available free of charge throughout the term of the service plan. II. VETERANS FIRST CONTRACTING PROGRAM: The Dept. of Veteran s Affairs is dedicated to the Veterans First Contracting Program and encourages any certified Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) capable of furnishing the required services to respond. In accordance with Veterans Affair Acquisition Regulation (VAAR) sections 819.7005 and 819 7006, if a sufficient number of eligible SDVOSB or VOSB firms are identified during market research the acquisition will be set-aside for SDVOSB or VOSB participation. III. INFORMATION REQUESTED FROM INDUSTRY: Please submit your response (capability statement) in accordance with the following: No more than 5 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; Address if your firm has the capability to perform the repair and installation listed above; Address how long it would take from the date of contract award for you to commence furnishing services; Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service- Disabled or Veteran Owned Small Business, is your company and/or partners registered in VA s VetBiz repository? Mark your response as Proprietary Information if the information is considered business sensitive; NO MARKETING MATERIALS ARE ALLOWED IN RESPONSE TO THIS RFI. The Government will not review any other information or attachments included, that are in excess of the 5-page limitation. Submit your response via email to Laura.Ferguson@va.gov Submit your response by 4:00 P.M. Central Time on Sept 7, 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25518Q9724/listing.html)
- Document(s)
- Attachment
- File Name: 36C25518Q9724 36C25518Q9724.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4570876&FileName=36C25518Q9724-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4570876&FileName=36C25518Q9724-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25518Q9724 36C25518Q9724.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4570876&FileName=36C25518Q9724-000.docx)
- Record
- SN05065245-W 20180901/180830231820-49336bfa3b6c073bcfb638b2f7699c25 (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 |