Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2024 SAM #8102
SPECIAL NOTICE

J -- Intent to Sole Source - Urgent Repair - Brand Name Only - Leica Biosystems - Histocore Spectra ST Module Replacement. This is not a Request for Quote

Notice Date
1/31/2024 8:04:52 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0333
 
Response Due
2/7/2024 1:00:00 PM
 
Archive Date
04/07/2024
 
Point of Contact
David Santiago, Contract Specialist, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs Medical Center (460) Wilmington, DE 19805 Statement of Work/ Statement of Need Page 1 of 3 Description: Facility 2237#: 460-24-1-083-00 INTRODUCTION/BACKGROUND: The Wilmington Veterans Affairs Medical Center (WIMVAMC) wishes to procure a one-time repair to our Leica Histocore Spectra ST BG Oven Module Assembly. OBJECTIVE: WIMVAMC is seeking to purchase a one-time repair to include: Reviewing the unit and perform initial troubleshooting. Replace the Slide ID Module Remedy any other noted concerns to bring unit to specifications before it can be covered under contract. MAJOR REQUIREMENTS: The Contractor/ Vendor must complete the following tasks to meet the needs of this acquisition: Coordinating delivery with COR and or facility Perform work at: Wilmington VA Medical Center 1601 Kirkwood Hwy Wilmington, DE 19805 Remedial Services and Emergency Repairs: Vendor shall provide unscheduled remedial services and emergency repairs, only when directed by the Contracting Officer or Biomedical Engineering POC to proceed. These services will be reimbursed based on a firm-fixed price hourly labor rate, plus the actual cost of the materials and parts. The BioMed POC will contact the vendor to request an estimate for remedial service or emergency repairs when equipment is operating with diminished capability or is deemed by Biomedical Engineering to be inoperable. FSR shall acknowledge receipt of a service call for remedial services and repairs within four (4) hours and shall arrive on the premises to inspect equipment within 24 hours. A detailed written cost estimate for all required remedial services and repairs shall be submitted to the BioMed POC, prior to conducting any service or repair work. The estimate shall include an itemization of labor hours and the actual cost for repair parts. Repair work shall only commence after written authorization from the Contracting Officer or the BioMed POC. Vendor shall order replacement parts within 24 hours after receiving notification to proceed. Vendor shall provide, upon request, suitable loaner equipment to replace contracted equipment that will be out of service for more than 48 hours. Equipment repaired by the FSR or loaned to the Wilmington VAMC by the vendor shall be calibrated and safety tested by the FSR before placed into service. FSR shall not deviate from this protocol without prior approval of the BioMed POC. Written field service reports shall be provided to the BioMed POC within 48 hours after completion of any preventive maintenance, remedial service, and emergency repair. Failure to provide the BioMed POC with the field service report will result in non-payment of invoices submitted for service. All replacement parts shall be new and warrantied by the Original Equipment Manufacturer (OEM). After-market, used, or rebuilt parts will not be accepted. 5. Qualifications: All work shall be completed by fully qualified, field service representatives and technicians. Fully qualified is based upon training and experience and is defined as follows: Training-Field service representatives and technicians shall have completed a formalized training program within the last two (2) years and be authorized by the OEM to perform repair services on equipment covered under this agreement. Field service representatives and technicians shall complete refresher training on an annual basis. Experience-Field service representatives and technicians shall have a minimum of two (2) years of experience providing preventive maintenance, remedial repairs, emergency repairs on the equipment covered in this agreement. Factory certified training certificates and competencies for all field services representatives and technicians assigned to complete service and repairs of the specified equipment shall be provided in accordance with Joint Commission Standards. Certificates and competencies shall be submitted to the BioMed POC within 30 days from date of contract award. Failure to provide required documentation will result in non-payment of invoices for services. Subcontractors shall not be used in the performance of this service, unless authorized and approved in advance by the BioMed PO GOVERNMENT FURNISHED INFORMATION OR MATERIAL: This acquisition does not include Government-furnished property (GFP), identify in the Statement of Work all available information on GFP to be provided, including the make, model, bar code number and serial number, if available, of all accountable assets with an acquisition cost of $500 or more. This acquisition does not include Contractor-acquired property (CAP). MEETINGS AND REVIEWS: N/A TRAVEL REQUIREMENTS/LABOR HOURS/MATERIALS: WIMVAMC will pay Leica for Travel to and from customer site as well as labor hours and any materials required for this repair, including the Slide ID Module. CONTRACTING OFFICER'S REPRESENTATIVE (COR): The identified COR and technical representative for this acquisition is: Karen Sotace, 302-994-2511, X5012 REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Wilmington (460). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. PERIOD OF SERVICE: Delivery must occur within the timeframes designated by the Federal Government. CONTRACTOR QUALIFICATIONS: N/A SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS: N/A Instructions The information identified above is intended to be descriptive, of the Brand Name only Repair and Replacement of the Leica Biosystems Histocore Spectra ST Replace Module BG OVEN Module Assy, are 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 811210. Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on February 7, 2024. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0333 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, David Santiago. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this Intent to Sole Source Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Specialist at david.santiago2@va.gov 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/20d5dbbf58a041939b764c9093bb6200/view)
 
Record
SN06950567-F 20240202/240131230046 (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.