SOURCES SOUGHT
J -- Cryostar NX50 Preventive Maintenance Service
- Notice Date
- 11/1/2021 1:10:46 PM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26222Q0078
- Response Due
- 11/5/2021 1:00:00 PM
- Archive Date
- 01/04/2022
- Point of Contact
- Domen, Clift, Contract Specialist, Phone: 562-766-2241
- E-Mail Address
-
Clift.Domen@va.gov
(Clift.Domen@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 811219 (size standard of $22.0 Million). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide a Preventive Maintenance Service for Cryostar NX50 equipment that at a minimum meets the following Statement of Work for the Southern Arizona VA Healthcare System: Statement of Work Department of Veterans Affairs, VISN 22, Southern Arizona VA Healthcare System, Engineering, Biomedical Engineering on behalf of Pathology & Laboratory Service requires a one-time purchase order for preventive maintenance services on the 5 microtomes laboratory equipment listed below. Cost of parts, labor and associated travel for the Preventative Maintenance Service Visit must be included. EE# SN# MODEL 85373 S17050989 CRYOSTAR NX50 85374 S17061223 CRYOSTAR NX50 85375 S17061224 CRYOSTAR NX50 102905 S20071402 CRYOSTAR NX50 102906 S20061185 CRYOSTAR NX50 Location: Southern Arizona VA Healthcare System SAVAHCS 3601 S 6th Ave Tucson, AZ, 85723 Biomedical Engineering Shop 0A18-38 Service will be scheduled with a contact person as assigned by the Point of Contact (POC) or designee. Before doing any work, the service representative will report to Biomedical Engineering, building 38 Basement Room A22, to obtain a contractor identification badge, sign a log maintained by Biomedical Engineering and after the work is done, sign out. This log will state the nature of the visit and the time and place of the visit. Contractor is required to adhere to all pandemic/COVID policies and protocols while at the facility. Normal duty hours are 8:00 a.m. through 4:30 p.m., Monday through Friday, not including federal holidays. Whenever contact with Biomedical Engineering is required outside of normal duty hours, the Utility System Repair Operator (USRO) may be contacted as an alternate. The hospital operator at extension ""0"" can contact the USRO operator via radio. At the completion of the service call, the service representative will submit a complete service report to Biomedical Engineering within 2 business days, if not able to provide at time of completion. Service reports will be provided for all service activities including preventive maintenance, emergency repair, and safety inspections, and must contain the following information: Date(s) and time period of service. Complete description of equipment serviced including model number and serial number. Complete description of equipment services performed including upgrades, updates and software changes made. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. A statement of the complaint that initiated the service call. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair. The contractor will perform on-site preventive maintenance (PM) inspection on equipment/systems as provided for in the contract agreement. PMs will be accomplished in accordance with the Original Equipment Manufacturer (OEM) recommendations. Must use OEM certified parts and service engineer/technicians must be OEM trained and authorized to work on all equipment included in agreement. Preventive maintenance services must be scheduled within 2-3 weeks from the time of the request of service. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. Whenever possible, all repairs and preventive maintenance will be performed at the SAVAHCS. When that is not possible, the POC or designee may give approval for service work to be done at another location. All transportation charges will be borne by the contractor. VA property may not be removed from the SAVAHCS prior to execution, and approval of all documents as required by Acquisition and Materiel Management Service. Computer hard drives and other storage media items may not leave VA property. The service representative may contact VA staff by phone before arrival at the SAVAHCS. Such contacts, however, will not serve to alter the requirements for arrival on-site except when the request for service is withdrawn by Biomedical Engineering. GUARANTEE: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.) (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please state your company s DUNS number. (9) Please submit your capabilities in regard to the SOW being provided and any information pertaining to services to establish capabilities for planning purposes? *** Submissions addressing Section (9) should show clear, compelling and convincing*** evidence that all services meet all required SOW. Responses to this notice shall be submitted via email to Clift.Domen@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, November 5th, 2021 at 1:00 p.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c50585e11e914cdc81c80e090323cfd5/view)
- Place of Performance
- Address: Southern Arizona VA Healthcare System 3601 S 6th Ave, Tucson, AZ 85723, USA
- Zip Code: 85723
- Country: USA
- Zip Code: 85723
- Record
- SN06168600-F 20211103/211101230118 (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 |