Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2021 SAM #7280
SPECIAL NOTICE

J -- Service Contract King Fisher Flex Boost VAMC West Haven CT

Notice Date
11/4/2021 8:13:12 AM
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24122Q0067
 
Archive Date
01/03/2022
 
Point of Contact
Deborah L Reardon, Deborah.Reardon@va.gov, Phone: 410-691-1140
 
E-Mail Address
deborah.reardon@va.gov
(deborah.reardon@va.gov)
 
Awardee
null
 
Description
Veterans Health Affairs, Network Contracting Office 1, is issuing this Notice of Intent to Sole Source in order to identify any potential sources that have the resources and capabilities to provide a service agreement for King Fisher Flex Boost Unit s as described below and will not interrupt the continuum of care . This requirement is defined by an existing unit currently in use at the West Haven VAMC. ALL RESPONSES TO THIS INTENT TO SOLE SOURCE ARE DUE 11/9/2021 2:00 PM EST. This notice of intent is not a request for competitive proposals. Any responsible sources that wish to identify their interest and capability to provide this equipment or equipment that is compatible must notify this Contracting Officer at Deborah.reardon@va.gov NLT 2:00PM EST, Friday, November 9, 2021. Telephone responses will not be accepted. Upon receipt of the interested parties' notification, the Contracting Officer will determine whether to conduct a competitive procurement or proceed with sole source negotiations. Statement of Work (SOW) AB Assurance 1PM Service Agreement Plan VACT, 950 Campbell Ave. West Haven, CT 06516 Introduction (Provide a brief description of what you are buying). Type of Contract: Firm Fixed Price Service Contract(s) Contract Performance Period: One year Contract Transaction Number: 689-22-1-7441-0003 Background (Provide any historical information necessary to understand how and why the requirement evolved and where it is headed. Include appropriate information to help the reader/contractor understand the requirement). The service agreement is necessary to ensure the units remain in a safe, working condition for COVID 19 testing. The KingFisher Flex units boost the lab's productivity by reducing hands-on sample preparation time, reducing costs, and increasing throughput. Intuitive to operate and pre-loaded with protocols, the KingFisher Flex system offers automated magnetic bead-based sample preparation for DNA and RNA. Effective bead collection and transfer leads to superior washing, efficient elution, and rapid processing, delivering reliable high recovery and consistent performance across a range of complex samples. Scope (Provide an overview of the PWS emphasizing the most important aspects of your requirement and defining the boundaries of the contractor s performance responsibilities). Item No. Description Qty Price 1.) 2.) KingFisher Flex, 96 DW Unit SN:711-82678 KingFisher Flex, 96 DW Unit SN:711-82689 1 1 TBD TBD Applicable Directives (List all documents referenced in the next section 5.0, Performance Requirements, with which the contractor will have to comply in performance of the contract effort. If only portions of a given document apply, specifically identify the applicable portions). Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. Contractor shall not need to access VA Information systems 4.3 All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. This unit(s) does not require use or storage of PHI or sensitive information, due to such, ""The A&A requirements do not apply, and that a Security Accreditation Package is not required. Performance Requirements (Identify what the contractor is required to do (major tasks and subtasks). Onsite Priority Response - is an important feature of our AB Assurance service plan. Customers receive guaranteed 2 business day priority on-site response. In addition, Life Technologies engineers are required to provide a 4-hr phone response when dispatched to a service request. Planned Maintenance visit - A planned maintenance procedure includes verification of thermal cycler block temperature uniformity/accuracy, cycle performance, heated cover accuracy, and optical calibrations. With the AB Assurance service plan, annual planned maintenance (PM) visit is automatically opened and will be performed within the contract period. Should you have an immediate need to request and/or schedule your PM, please contact our Instrument Care Center at 800-955-6288 option 3,1 or email them at Instrumentservices@lifetech.com to schedule. This PM visit ensures optimal performance of your instrument, often preventing major breakdowns before they happen. Spectral Dye Calibration during the PM - Performed during the planned maintenance visit. Includes labor and Kit for (1) block. Calibrations on additional blocks can be purchased at an additional charge. Calibration involves analysis of signal strength from standard pure dyes to adjust software for correct data output (for Real Time PCR Instruments only) Includes: o Dyes o Certification documentation o Certificate of Calibration Labor & Travel Fees covered at 100% - All labor and travel fees are included for repair and planned maintenance. Replacement Parts covered at 100% - All parts are certified and guaranteed to optimize instruments performance and reliability. All parts are manufactured by AB or AB s direct vendors. Life Technologies uses only new or true factory remanufactured parts. Technical Assistance Center (TAC) is a service reserved for our contract and warranty customers. The service gives you direct access to senior level service personnel for first-level problem resolutions. This provides immediate response in resolving many operational and instrument set-up problems. Remote Diagnostics is a service providing remote connectivity to your systems. This software, which is exclusive to Life Technologies, provides email notifications to both end users and our Technical Assistance Center of instrument conditions and errors. In doing so, it allows both your staff and Life Technologies to perform pre-emptive service in order to maintain instrument uptime, which leads to higher sample throughput. This service is reserved for our contract and warranty customers. Deliverables (List all data required to manage or monitor contractor performance). The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance (i.e., Emergency repairs) procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with Section 3, Conformance Standards or the manufacturer's specifications. Such documentation shall meet the guidelines as set forth in the Conformance Standards section. The Engineering Service Report (ESR) will consist of a separate PM report for the item(s) covered under the ""specific"" contract. Grouping different equipment from different contracts on ""one"" ESR is prohibited. Service reports must be sent to the COR or the requesting entity upon completion of each service issue. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: A. Name of contractor and contract number. B. Name of FSE who performed services. C. Contractor service ESR number/log number. D. Date, time (starting and ending), equipment downtime and hours on-site for service call. E. VA purchase order number(s) covering the call if outside normal working hours. F. Description of problem reported by the COR or designated representative. G. Identification of equipment to be serviced: 1) Inventory ID number, 2) Manufacturer's name, 3) Device name, 4) Model number, 5) Serial number, 6) Any other manufacturer's identification numbers. H. Itemized Description of Service Performed (including, if applicable, costs associated with after normal working hour services) including: 1) Labor and Travel, 2) Parts (with part numbers), 3) Materials and Circuit Location of problem/corrective action. I. Total Cost to be billed (if applicable - i.e., part(s) not covered, or service rendered after normal hours of coverage). J. Signatures: 1) FSE performing services described. 2) Authorized VA Employee who witnessed service described. Security Clauses All contractor personnel shall obtain a short-term identification badge issued by the COR or government designated representative. Such badge shall be worn by the individual and prominently displayed at all times while on VA Property. No employee of the contractor shall enter the project site without a valid identification badge issued by the VA. In order to obtain a short-term identification badge, contractor personnel shall present to the COR a valid (non-expired) photo identification issued by a US federal, state or local government agency. Escort will be provided as required in sensitive work areas. The C&A requirements do not apply, and the security accreditation package is not required. The identified Sole Source Vendor shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in standard acquisition guidelines. Per the VA handbook 6500.6, no VA sensitive information will be transferred, shared, or stored with said vendor. As such, no additional mechanisms will be needed to ensure the protection of information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5b882bb3951b47edaf632f8fea3d4ce4/view)
 
Record
SN06170655-F 20211106/211104230111 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.