SPECIAL NOTICE
66 -- FY22: Histo Lab Specimen Workstation Maintenance
- Notice Date
- 7/16/2021 12:12:33 PM
- Notice Type
- Special Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24821Q1324
- Archive Date
- 07/26/2021
- Point of Contact
- Jose E. Ortiz-Velez, Contract Specialist, Phone: 813-972-2000 Ext. 2815
- E-Mail Address
-
Jose.Ortiz-Velez@va.gov
(Jose.Ortiz-Velez@va.gov)
- Awardee
- null
- Description
- Notice Type: Special Notice of Intent to Sole Source This is a SPECIAL NOTICE ANNOUNCEMENT ONLY. The Department of Veteran Affairs (VA), VISN 8 Network Contracting Office, James A. Haley Veterans Hospital (JAHVH), 13,000 Bruce B. Downs Blvd., Tampa, Florida 33612, intends to award a sole source contract to B2B Demand, LLC. (dba Scimedico, LLC.), 623 Eagle Rock Ave, #283, West Orange, NJ 07052. The Contractor shall furnish all labor, transportation, equipment, and consumables necessary to provide preventive maintenance of the five (5) Mopec elevated grossing workstations, at the JAHVH. The base period of performance is for a base year of 10/1/2021 9/30/2022 and four (4) option years with only one source, Scimedico, LLC. under the authority Federal Acquisition Regulation (FAR) Part 13.106-1(b)(1). This contract requires a manufacturer recommended preventative maintenance provider for annual preventative maintenance including inspection, testing and decontamination of 5 Mopec elevated grossing workstations which are fundamental to the daily function of surgical pathology laboratory for patient surgical specimen preparation and diagnostic review. Scimedico, LLC. is the exclusive manufacturer recommended preventive maintenance provider for these manufacturers: Mopec, Inc, Mortech, Inc., and Thermo Fisher, Inc. Response: Responses to this Special Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. The purpose of this Special Notice announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HUBZone and other Small Businesses interested and capable of providing the services described above. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. No funds have been authorized, appropriated, or received for this effort. Responses should include the following information: Business name, address, business size and Socioeconomic Category (HUBZone, 8(a), Service-Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. All offerors must be registered in the System for Award Management (www.sam.com) and Representations and Certifications must be completed prior to any future award. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to provide the full maintenance and repair service on equipment listed. Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Special Notice. 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. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a size standard of $7,500,000.00. Any offeror capable of providing this preventative maintenance service shall notify the Contracting Officer by email within 7 calendar days from the date of the publication of this special notice. ***Responses must include written documentation showing your company is an authorized preventative maintenance service provider for Mopec, Inc. products and equipment.*** All information is to be submitted no later than 1:00 PM EST, July 23, 2021 to: Jose.Ortiz-Velez@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2110d82aadb045a5b37f4a3271f8e4bb/view)
- Record
- SN06064031-F 20210718/210716230110 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |