SOURCES SOUGHT
J -- Laboratory Equipment Service Contract
- Notice Date
- 1/11/2019
- Notice Type
- Synopsis
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24219Q0231
- Response Due
- 1/16/2019
- Archive Date
- 3/17/2019
- Point of Contact
- Natalie Acevedo
- Small Business Set-Aside
- N/A
- Description
- Synopsis: Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. Network Contracting Office (NCO) 2 of the Department of Veterans Affairs is currently conducting a market survey for qualified firms capable of Laboratory Equipment Service Contract. The North American Industry Classification Systems (NAICS) is 811219. Responses to this notice must be submitted in writing (email or fax) and must be received no later than January 16, 2019 at 12:00 Noon EST. Email: NATALIE.ACEVEDO@VA.GOV and Fax: 718-741-4722. No telephone inquiries will be accepted. Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic. Interested parties who do not submit the above information on or before the response due date and time will not be considered for this procurement. Please review the attached Statement of Work attached herein. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 811219. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on GSA E-buy website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Statement of Work (SOW) Background: The NYHHS in Brooklyn, New York is currently seeking a service contract for preventative and corrective maintenance of the following laboratory equipment: LabVision Auto Stainer 350 (Serial Number: AS1161A1205) Sakura Finetek Tissue Tek VIP 6 AI (SN: 60400220-0417), Leica Cryostat (SN: 5648/04.2008), Leica Cover Slipper (SN: 4292), Leica Embedding station (SN: 3204) Avantic Microtome (SN: S13109097). The contract will be effective from date of award to 9/30/2019. Each option year thereafter will be 10/1-9/30 of the following years. This preventative maintenance full service contract is to include all necessary labor, full service, maintenance, tools, equipment, transportation and parts required to perform Preventive Maintenance (PM) and corrective maintenance on listed equipment. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have access to Original Equipment Manufacturers (OEM) parts, manuals and schematics to perform the service. Vendors must have their own schematics available on site at time of service. Scope of Work: Contractor is required to furnish all original equipment manufacturer (OEM) parts and labor to provide maintenance of the six listed devices, in accordance with OEM guidelines. Contractor shall test the functionality of the equipment upon completion of corrective maintenance. If this is a test for repair, the Test should ensure that damaged parts have been successfully repaired and all functions including, but not limited to those related to repaired parts, are operational. If this is a test for a routine PM service, inspection, etc., then the test should just ensure that the equipment is functioning within the guidelines of the OEM or the applicable standards (OSHA, ASSE, JCAHO, NEFP, etc). Corrective maintenance services will be provided, at the request of the VA, to diagnose and correct equipment malfunctions on a routine basis. All repairs shall be performed by a manufacturer-trained technician. Contractor will follow manufacturer's recommendations for PM, repair, calibration and modifications Preventive maintenance: PMs will be scheduled in advance and conducted annually. It is the contractor's responsibility to schedule preventive maintenance as listed. PM procedures subscribed must follow manufacturer s specifications, and must be documented and submitted in writing to biomedical engineering. Upon completion of PM procedures, an applicable label should be applied to the unit, indicating the date of PM performance, the next date following PM is due, as well as the initials of the individual that performed the PM. At inception of contract, PM shall include, at a minimum, electrical safety testing, lubrication adjustment, calibration, testing and replacement of faulty parts and/or parts which are likely to fail at no additional charge. At the completion of each service call/PM, the contractor will provide a written service report to Biomedical Engineering. This report will clearly show the date of service, type of service performed, model and serial numbers, name of field technician(s) a description of the work performed, a list of any parts replaced, and the unit condition as left at the completion of said work. The contractor has the option of leaving the service report with Biomedical Engineering, building #4 after servicing equipment or of sending the service report with the invoice. Leaving service reports with a person in the vicinity may be performed in addition to the previously stated requirement, but is not to be used as a substitution. Certification of invoices is clearly dependent upon receipt of service reports as proof of services rendered. Payment may be delayed if proper documentation is not provided. Response time: Contractor shall provide a phone call back by a qualified technician within 4 hours of a service request and an onsite response by a qualified technician within 24 hours of original request for service. Technical service personnel are required to sign in and out of engineering service, Bldg. #4. The C&A requirements do not apply, and a Security Accreditation Package is not required Safety Requirements To be considered, offerors will have been engaged in maintaining/servicing the equipment listed for a period of no less than two (2) years (on model listed) and be capable of presenting certification. No allowance will be made for the contractor not having qualified personnel available to respond as specified in this contract at all times with-in the contract period. The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work, and hold the Contractor in default. Period of Performance Contract hours will be 8:00AM-4:30PM, Monday-Friday, excluding Government Holidays Place of performance Pathology Lab Building 1, 3rd Floor rooms 3-301, 3-323; Dermatology Building 1 10th Floor, Room 10-323 Inspection If services do not include equipment, then an inspection shall be done by the VA COR/POC upon completion. (Window washing, Janitorial, tree cutting, snow removal, waste removal). The COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. No invoices will be processed for payment prior to the completion of POC inspection. If the service is routine and/or performance based then inspections may not occur for every service date but may occur periodically as part of a Quality Assurance Surveillance Plan (QASP). If this is the case then a QASP will need to be provided as a separate document. Drawings, and Other Attachments N/A Government Furnished Property N/A Other Related Services (Not Included in the Scope of Work) Any services not expressly stated in this statement of work are not authorized. Services such as inspection, Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the contracting officer will be considered inclusive. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24219Q0231/listing.html)
- Place of Performance
- Address: VA New York Harbor;Brooklyn Campus;800 Poly Place;Brooklyn, NY
- Zip Code: 11209-7104
- Country: USA
- Zip Code: 11209-7104
- Record
- SN05192752-F 20190113/190111230010 (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 |