DOCUMENT
J -- FULL SERVICE CONTRACT ON LEICA HISTOLOGY EQUIPMENT VAMC Lexington, KY Intent to Sole Source - Attachment
- Notice Date
- 9/7/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Archive Date
- 10/7/2018
- Point of Contact
- Christina (Tina) Smith
- E-Mail Address
-
5-6395<br
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, Network Contracting Office 9, hereby provides notice of its intent to award a sole-source, firm-fixed-price contract, for a base period of one year and four (4) option years, to LEICA MICROSYSTEMS INC., 1700 Leider Ln, Buffalo Grove, IL 60089-6622. The contract is expected to be awarded under FAR 6.302-1. A Justification and Approval for Other Than Full and Open Competition will be prepared. The period of performance shall be a base year beginning 10/01/2018 through 09/30/2019 with 4 option years. The contract will provide Leica Histology equipment support at the VAMC Lexington. These services will be provided at the VAMC Lexington, 1101 Veterans Drive, Lexington, KY, 40502. NAICS code: 811219 Other Electronic and Precision Equipment Repair and Maintenance (SBA Size Standard $20.5 Million). These services are required to maintain the VAMC Lexington Leica Histology Equipment system in accordance with the manufacturers specifications. Equipment to be serviced/maintained includes: Leica CV5030-TS5015 coverslipper, S/N 3936, EE 71779 Leica BOND-MAX slide stainer, S/N M212369, EE 70952 Leica IP C printer, S/N 5525, EE 84168 Contract service shall ensure that the equipment functions in conformance with manufacturer specifications and the latest published editions of NFPA-99, OSHA, and CDRH. This includes performance standards and specifications used when the equipment was procured and any upgrades/updates thereafter. All parts are to be NEW original equipment manufacturer (OEM) products. The contractor shall maintain sufficient stock of parts needed for repair and maintenance of the equipment, or be able to secure parts within twenty-four (24) hours. All parts used shall be new OEM parts only. Reverse engineered and/or refurbished parts shall not be utilized under the terms of this contract without explicit permission, in writing, from the Contracting Officer. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than September 21, 2018 at 5:00PM, Central Time (CT). A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE Lexington, KY 3624919C0012 LEICA in the subject line. All documents submitted, will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Officer, Christina Smith by email at Christina.Smith@va.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/484e4b453658f10f1dbd80d5c9b6f21f)
- Document(s)
- Attachment
- File Name: 36C24919C0012 36C24919C0012_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581107&FileName=36C24919C0012-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581107&FileName=36C24919C0012-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24919C0012 36C24919C0012_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581107&FileName=36C24919C0012-000.docx)
- Record
- SN05079539-W 20180909/180907231653-484e4b453658f10f1dbd80d5c9b6f21f (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 |