Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2023 SAM #8010
SPECIAL NOTICE

J -- Intent to Sole Source Support and Maintenance Roche Benchmark

Notice Date
10/31/2023 10:56:00 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24124Q0057
 
Response Due
11/6/2023 5:00:00 AM
 
Archive Date
12/06/2023
 
Point of Contact
Manasés Cabrera, Contracting Specialist, Phone: 781-687-4418
 
E-Mail Address
manases.cabrera@va.gov
(manases.cabrera@va.gov)
 
Awardee
null
 
Description
This notice is being published in accordance with Federal Acquisition Regulation (FAR) Part 5.101(a)(2) requiring the dissemination of information on proposed contract actions. This is a notice of intent to award a sole-source contract pursuant to 10 U.S.C 2304 (C)(1), as implemented by FAR 6.302-1(a)(2) and 6.301-1(c), only one responsible source and no other supplies or services will satisfy agency requirements, and brand-name descriptions. The Department of Veterans Affairs Medical Center located at 215 North Main St, White River Junction, VT 05009 has a requirement for an Annual Standard Support and Maintenance Agreement from Roche Diagnostics for the Benchmark Special Stains # 5110331. The Government intends to award a firm-fixed-price sole source contract. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. this notice of intent is not a request for competitive proposals. This is a written notice to inform the public of the Governments intent to award on a sole source basis. Interested parties may identify their interest and capability to respond to the requirement. Any response to this notice must show clear and convincing evidence that competition will be advantageous to the Government. Please contact Manasés Cabrera, Contracting Specialist with the responses or questions regarding this requirement at manases.cabrera@va.gov. This notice will close on November 6, 2023, at 8:00 AM Eastern Standard Time (EST) STATEMENT OF WORK GENERAL INFORMATION Transaction #405-24-2-7441-0009 1. Title of Project: Annual Standard Support and Maintenance Agreement from Roche Diagnostics for the Benchmark Special Stains # 5110331 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Evaluate, order parts, repair, calibrate and test Ventana Benchmark Special Stains analyzer. 3. Background: The contractor shall provide all services according to Roche Standards and should be functionally tested and calibrated to align within Roche Diagnostics required specifications. 4. Performance Period: Services are required to take place during the normal Government work week which is Monday through Friday 0800-1700 hrs. The contractor is not required to work when the Government is closed for Government holidays. 5. Type of Contract: Annual fixed contract 6. The contractor will have access to sensitive patient information. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kickoff meeting or has advised the contractor that a kickoff meeting is waived. Contractor has waived this meeting due to emergency repair situation. C. GENERAL REQUIREMENTS For every task, the contractor shall continuously update the Clinical Engineering COR on the status of this repair to include, faults found, recommended parts replacement, replacement parts costs, costs for travel and service time costs. Contractor shall communicate with CE COR that system is calibrated, tested and fully functional according to manufacturer s standards and previous operational abilities upon completion of repair. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES The vendor agrees to provide the following: 1. Unlimited on-site service support by a RDC Field Service Engineer available Monday through Friday 8am to 5pm local time. Customer Support phone at 1-800-227-2155 to report service issues. All requests for repair will be dispatched within a 48-hour priority response. 2. Costs for all repair and annual preventative maintenance parts are included. Customer will not be charged shipping costs for repair P/M parts. 3. One annual Preventative Maintenance service will be performed by an FSE. 4. Unlimited on-site applications troubleshooting by a RDC Technical Applications Specialist is available Monday through Friday 8am to 5pm local time. 5. Five (5) days of applications support by a TAS is available Monday through Friday 8am to 5pm local time. 6. Agreement includes the installation of all operational modifications by an FSE during the next scheduled service visit. E. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES [If applicable] Optional Deliverable One: None. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain reasoning to the CO, including a firm commitment of when the work shall be completed. G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. H. REPORTING REQUIREMENTS The contractor shall provide twice daily updates to the Clinical Engineering COR once the service has started and provide all information for service and expenses at that time. I. TRAVEL [If applicable] NA J. GOVERNMENT RESPONSIBILITIES [If applicable] VA White River Jct. Clinical Engineering will only provide physical system access and operational power requirement. K. CONTRACTOR EXPERIENCE REQUIREMENTS (Standard mandatory language for all task orders) The contractor s Field Service Engineer will have applicable manufacturer s service training for this machine as specified in Roche (Ventana) Diagnostics Service and Maintenance standards. Contractor shall provide training records if requested by the contracting officer. Contractor shall only supply new parts and will not substitute for used parts or parts not purchased through Roche Diagnostics. The contractor s Field Service Engineer shall contact the Clinical Engineering COR prior to beginning service and upon completion of service. This contact shall happen daily if services last longer than one day. L. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All contractor employees who require access to the Department of Veterans Affairs computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to subcontractor personnel requiring the same access. Contractor Responsibilities The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship, and are able to read, write, speak and understand the English language. Contractor s Field Service Engineer with check in with VA Police Service for temporary contractor badge issuance and will return the badge to VA Police Service upon completion of repair. Attachment A to the Statement of Work Schedule of Deliverables Deliverable No. One Item System evaluation and parts ordering Quantity 1 Delivery Date Within _2_ calendar days after award Two Installation of parts, calibration and testing of Ventana Benchmark Special Stains System 1 Within 7 Days. . Records Management Language for Statement of Work (SOW): The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes, and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2789f6f4a67a49cd8da2f841fd91b0a3/view)
 
Record
SN06871783-F 20231102/231031230047 (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.