SOURCES SOUGHT
J -- Maintenance on Cepheid Analyzers
- Notice Date
- 2/7/2023 11:43:37 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26123Q0345
- Response Due
- 2/14/2023 5:00:00 PM
- Point of Contact
- Krystal Zoufaly, Phone: 9169234304
- E-Mail Address
-
krystal.zoufaly@va.gov
(krystal.zoufaly@va.gov)
- Description
- THIS IS NOT A SOLICITATION. This is a Sources Sought Notice only and is issued to conduct market research and gain knowledge of current market capabilities. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or a guarantee to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future amendment. The Department of Veterans Affairs, Network Contracting Office 21, is conducting a market survey to identify potential sources to perform a firm fixed price contract as follows: Maintenance on Cepheid Analyzers Contractor shall furnish all necessary supplies, parts, materials, equipment, products, tools, and labor to perform corrective and preventative maintenance services on one Cepheid Infinity 80-80 analyzer and two Cepheid Xpress analyzers. SPECIFIC CONTRACTOR REQUIREMENTS/QUALIFICATIONS: The corrective and preventative maintenance services shall return specified devices to full functionality within the manufacturer�s specifications. The contractor shall provide on-demand service visits and telephone support. The contractor shall provide a remote tele-diagnostics service for troubleshooting instrumentation with modem access. Personnel performing maintenance and repair services must be fully qualified, competent, technicians. �Fully qualified and competent� is defined as factory trained and verified by Cepheid. All work shall be performed, and equipment shall function in conformance with all VA safety standards, manufacturer�s/industry standards, the latest published edition of NFPA-99, FDA, OSHA, Joint Commission, and other applicable national standards. Capabilities Statement and Documentation: Companies are invited to provide their capabilities, experience and knowledge in the provision of maintenance services for Cepheid analyzers. Sources are asked to provide information to demonstrate their answers to the following items of information: 1. General information about your company to include: Company Name: Company Address: Socioeconomic Status: GSA Contract Number and Expiration Date (if applicable): Company SAM UEI: Company NAICS Code(s): Point of Contact Name: Point of Contact Phone Number: Point of Contact Email Address: Company Website (if available): 2. The 2022 North American Industry Classification System Code (NAICS) is 811210, and the Small Business Size Standard is $30,000,000. The 2019 NAICS also applicable is 811219, and the Small Business Size Standard is $22,000,000. The Product Service Code (PSC) is J066. 3. Provide a summary of your firm�s ability to provide the services described in this announcement. Specifically, provide evidence that your firm can provide Cepheid trained and verified technicians to complete the required services. In addition to a Capability Statement, submissions can include specifications, brochures, and manuals as attachments. Submit responses via email to krystal.zoufaly@va.gov no later than 5:00 PT on 02/14/23 with Sources Sought number 36C26123Q0345 in the subject line. Telephone responses will not be accepted. The government will not provide feedback in response to vendor questions about the requirement at this time. If you identify ambiguities or have concerns about anything in the draft Statement of Work, however, please include them with your response. Prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete electronic annual representations and certifications in SAM prior to award of a contract. SAM is located at https://sam.gov/SAM/ and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO cost to use SAM. No solicitation document is available at this time; this notice is to acquire information only.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/18f517b246e3428e95c89c33d9ce7f63/view)
- Place of Performance
- Address: Palo Alto, CA 94304, USA
- Zip Code: 94304
- Country: USA
- Zip Code: 94304
- Record
- SN06585044-F 20230209/230207230112 (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 |