Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 14, 2025 SAM #8754
SOURCES SOUGHT

J -- Abbott Slide Stainer VP2000 Preventative Maintenance Inspection, Corrective Maintenance, and Repair Services

Notice Date
11/12/2025 2:59:19 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26226Q0110
 
Response Due
11/26/2025 4:00:00 PM
 
Archive Date
12/26/2025
 
Point of Contact
Loan Dho, Contract Specialist
 
E-Mail Address
loan.dho@va.gov
(loan.dho@va.gov)
 
Awardee
null
 
Description
Sources Sought Announcement: This is a SOURCES SOUGHT ANNOUNCEMENT ONLY , it is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources-sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential sources capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) Company name: (b) Address: (c) Point of Contact: (d) Phone, Fax (if applicable), and Email: (e) Unique Entity ID: (f) Cage Code: (g) Tax ID Number: (h) Type of business, SDVOSB; VOSB, WOSB, small, large, etc., as appropriate: (i) Must provide a Capability Statement that addresses the organization s qualifications and ability to perform as a contractor for the statement of work draft described below in italics. Failure to provide sufficient information may result in the Government s inability to determine whether the respondent is capable. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. The Department of Veterans Affairs, Greater Los Angeles VA Healthcare System, West Los Angeles VA Medical Center, located at 11301 Wilshire Blvd. Los Angeles, CA 90073 1003 is seeking potential qualified contractors to provide preventative maintenance inspection and corrective maintenance on Abbott VP2000 Slide Stainer. All interested Offerors should submit information by e-mail to Loan.Dho@va.gov. All e-mails must have as the subject line 36C26226Q0110 Abbott Stainer PMI Services . All information submissions must be received no later than 4:00 PM on November 26, 2025. Please refer to the Statement of Work for more information. Statement of Work Scope: The Contractor shall provide all necessary labor, materials, supplies, parts, software (needed for the general operation of the equipment), tools, equipment, travel, transportation expenses and other related costs to provide Preventive Maintenance Inspection (PMI) and Corrective Maintenance services on the Abbott Lavatories, INC s VP 2000 for the VA Greater Los Angeles Healthcare System. The VP 2000 System is used to prepare samples for processing in various molecular diagnostic analyzers. It prepares samples in slides in a controlled environment to allow accuracy and efficiency of diagnostics. The Contractor shall perform work in strict accordance with the specifications, statement of work, and all VA local, federal, state, and applicable regulations. Period of Performance: This contract is for a base year, plus two option years. General Requirement: All work shall be in accordance with manufacturer s instructions, including, but not limited to, adjustments, calibration, cleaning, lubrication, testing, disassembly, checkout, and replacement of worn and/or defective parts. The above shall be performed as necessary as required to keep equipment in optimal working condition. This refers to the equipment listed below: EE# Serial Number Equipment PM Frequency 189532 36046 VP 2000 Annual September +/- 30 Days Table 1: Equipment included as part of this requirement Preventive maintenance and Inspection (PMI) The Contractor shall perform all manufacturer recommended PMI duties regarding what is specified in the Abbott Lavatories service manual. The Contractor shall perform PMI in accordance with the equipment manufacturer during the life of the contract. All equipment must also be maintained in such a condition that will satisfy the requirements of the Joint Commission (JC). The Contract may request a copy of the JC standards from the VA site representative. The Contractor shall provide all PMI-related replacement parts at no cost to the Government. The Contractor shall provide all travel and transportation expenses at no cost to the Government. The PMI will be scheduled a minimum of five business days in advance with the VA site representative. The Contractor shall provide a detailed service report to the VA site representative within 10 business days of PMI maintenance. Corrective Maintenance / Repair Services: The Contractor shall conduct corrective maintenance/repair services as required by the Government. All equipment must also be maintained in such a condition that will satisfy the requirements of the Joint Commission. The Contractor may request a copy of the JC standards from the VA site representative. The Contractor shall provide all travel and transportation expenses at no cost to the Government. The Contractor shall provide phone technical support. The Contractor shall provide all corrective maintenance repair and replacement parts at no cost to the Government. The Contractor shall provide a detailed service report to the VA site representative within 10 business days of corrective maintenance. Replacement Parts: Only standard new or like-new parts shall be furnished by the Contractor. All parts shall be of current manufacture and shall have versatility with presently installed equipment. All major components and parts furnished shall carry the manufacturer s standard commercial warranty. All newly installed parts will become property of the Government. Replaced parts are to be disposed by the Contractor after approval of VA site representative. All worn or defective parts are to be replaced at no cost to the Government. Operating and consumable supplies are not included in this contract. The Veterans Affairs Healthcare Facility shall not furnish parts, service manuals and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring appropriate equipment and/or supplies necessary to complete the work as required. Participating Facility: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd Los Angeles, CA 90073 Hours of Work: This contract is a full-service contract to include all necessary scheduled service calls five (5) days per week, Monday through Friday, 7:00 am 5:00 pm, excluding National holidays. Telephone support services are available at no additional cost to the Government. Any service performed during other than normal work hours must have prior approval and coordinated with the VA site representative and CO. National Holiday: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 If the holiday falls on a Sunday, the following Monday will be observed as a national holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Overtime & holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. Qualification: Personnel performing maintenance and repair services must be fully qualified, competent Field Service Engineers (FSE) who has been trained to perform work on the specific equipment in accordance with the original manufacturer s PMI/ repair procedures. Fully qualified is defined as factory-trained or equivalent and experienced to work on the equipment assigned. Service: Service shall include software updates needed for the general operation of the equipment. At the completion of PMI on each equipment and ensure upon departure that the equipment is in optimal working condition. Service also includes all necessary intervening service calls required to replace any worn or defective parts needed due to instrument failure and maintain equipment in optimum operating condition. Intervening services shall be rendered as directed by the VA site representative. Any call back for service request for the same type of malfunction shall be at no charge to the Government. Intervening Service Call: When repairs are needed between regular scheduled service, such repairs are rendered as directed only by the VA site representative and the Contracting Officer (CO). These repairs shall be verbally directed to the Contractor s employees, requested in writing, be transmitted electronically, by telephone, or any manner consistent with accepted commercial business practices. Additional Requirement: Contractor shall ensure all equipment is in optimal working condition at the expiration date of the contract. Contractor personnel that perform changes, updates, or retrofits made on any component, system, or equipment will log it in the station equipment manual. Contractor will maintain all manufactures manual necessary to perform maintenance. Submission of Reports: The Contractor shall submit a complete field service report (FSR) electronically to the VA site representative within 7 calendar days of the work being completed. The FSR at a minimum must contain company name, service technician s name, contact telephone number, date of service, a detailed description of any services performed on the equipment (model number and location included), serial number of the equipment being worked on, customer asset number (EE#154086), signs of misuse or neglect, findings of problems and correction, including all performance verification, listing of replacement parts, when applicable; total hours of service; safety check; performance data; and recommendations necessary to maintain the equipment in optimum operating condition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/357e2f419c7b48a9994346b51aa944be/view)
 
Place of Performance
Address: Department of Veterans Affairs Greater Los Angeles VA Healthcare System 11301 Wilshire Blvd., Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN07640309-F 20251114/251112230043 (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.