DOCUMENT
J -- Service Contract for Preventative Maintenance and Basic Service plan for the Edstrom Animal Watering System. - Attachment
- Notice Date
- 8/21/2015
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24915N0744
- Response Due
- 8/26/2015
- Archive Date
- 9/25/2015
- Point of Contact
- Matthew Cox
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, Murfreesboro, TN conducting market research to identify potential sources with the capacity and technical capability necessary to successfully perform the requirements described herein. The subject requirement is to provide all personnel, transportation, supervision, services, materials and equipment necessary to provide preventative maintenance and basic service plan to include parts and software for the Edstrom Animal Watering System in place at the Memphis VA Medical Center. The North American Industry Classification System (NAICS) Code for this acquisition is 811219. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. SAM: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Capability Statement/Information Sought: Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified within in the Statement of Work. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail Matthew.Cox@va.gov. The subject line must specify Animal Watering System VA Medical Center Memphis. Responses must be submitted no later than August 26, 2015 at 8:00am, Central Standard Time with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: a. HuBZone Small Business Concern; b. Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); c. Veteran Owned Small Business Concern (VOSBC); d Small Business Concern; e. Large Business Concern 4. Documentation Verifying Small Business Certification: a. If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. b. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 811219. c. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 811219. d. If claiming Small Business status, provide documentation to show the business is small under NAICS code 811219. In addition, interested parties shall submit documentation and certifications from Edstrom Industries stating that they are an authorized party to perform repairs and maintenance on Edstrom Animal Watering System equipment as well as being an authorized distributor of Edstrom Industries original spare parts. Statement of Work 1. Introduction & Scope of Work: Preventative maintenance and basic service plan to include parts and software for the Edstrom Animal Watering System in place at the Memphis VA Medical Center. Preventative Maintenance provides two (2) preventative maintenance visits and software updates, continuous training, unlimited on-line technical and application support, labor, parts, and travel of routine and repair service visits on equipment listed on Appendix 1. 2. Requirements: a. Routine and Preventative Maintenance: The vendor shall provide two (2) pm visits and software updates, continuous training, unlimited on-line technical and application support, labor parts and travel on routine and repair service visits. b. Emergency Service: The number of emergency service requests is unlimited. The vendor shall provide 24 hour guaranteed response to a request for emergency on-site service, Monday through Friday, excluding federal holidays. Repairs will be performed between the hours of 8:00 a.m. and 5:00 p.m. Additional time outside specified time may be requested by the VA if determined necessary. If the vendor fails to meet their commitment, a $500 response time credit will be issued per their Terms and Conditions. c. Software Revisions Software revisions released during the Agreement term will be provided. d. Parts Replacement: Replacement parts (excluding consumables) shall be provided with this agreement. Service engineers shall carry a stock of commonly used parts for timely instrument repairs. Parts shall be of equal quality to the original and meet all manufacturer's specifications for said parts. e. Documentation and certification: Each preventative maintenance, emergency procedure, and inspection shall be documented and certified as having been performed by the signature of the qualified service technician performing the test or procedure. Documentation and certification shall be made available immediately upon completion of repairs or periodic maintenance. Documentation will be provided to the Research Office (room BC117). Required documentation shall remain on the VA premises and is the property of the VA. f. Quality of Labor: Factory trained and certified service engineers are to perform all service repairs. These engineers are to be trained in the latest instrument technology, product improvement, software and accessories. Engineers are to be available at all times to ensure fast and efficient service response. g. Equipment Availability: The Service Representative will contact the VA to set a mutually agreeable date and time, in advance, for each PM call. 3. Period of Performance: The Period of Performance for this effort will be a base with three (3) option years with the base year beginning on October 1, 2015. Base Year:10/1/2015 - 09/30/2016 Option Year One:10/1/2016 - 09/30/2017 Option Year Two:10/1/2017 - 09/30/2018 Option Year Three:10/1/2018 - 09/30/2019 4. Place of Performance: Memphis VA Medical Center, 1030 Jefferson Avenue, Memphis Tennessee 38104 5. Delivery: The vendor will provide up to a maximum of two routine maintenance visits per year at 6-month intervals, +/- 30 days. Emergency on-site service will be provided, Monday through Friday, excluding federal holidays. Repairs will be performed between the hours of 8:00 a.m. and 5:00 p.m. Additional time outside specified time may be requested by the VA if determined necessary. 6. Progress and Compliance: Each PM and emergency procedure and inspection shall be documented and certified as having been performed by the signature of the qualified service technician performing the test or procedure. Documentation and certification shall be made available immediately upon completion of repairs or periodic maintenance. 7. Terms and Conditions: Either party may terminate this Agreement within 30 days of written notice to the other party. Upon termination of this Agreement, the price stated will be prorated based upon the effective date of this Agreement. 8. Payment: To be paid from certified invoice after completion of work. Payment will be in arrears upon submission of properly prepared invoice. No receiving report. 9. Security: Services will not require use, storage, modification, manipulation or transmission of Sensitive Personal Information. The C&A requirements do not apply, and that a Security accreditation Package is not required. 10. VA Contracting Officer's Technical Representative (COR) The Contracting Officer reserves the right to designate a representative (COR) to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this Agreement. Such designation will be in writing and will define the scope and limitations of the designee's authority. Appendix 1 ProductServiceEquipmentAnnualInterim CategoryLevel QuantityVisitsVisitsEquipment Description ServersBasic111HP 026 / 027 / 028 Server AccessoriesBasic111Monitor - All Basic111Printers - All Watering Control Panels & SequencerBasic111AWSC Pressure Reducing StationsBasic211PRS - 8550 Room Distribution SystemBasic4211IC's SS Basic4113/8" Stainless Steel Solenoid Cage Wash EquipmentBasic111Recoil Hose Flush Stations - S/S Man. - GP Control Basic111Chlorine Flush Station - Auto 1/3 Cycle-S/S-S/S Pipe-UL Basic111Central Proportioner - All FiltrationBasic111Ultra Filter Misc.Basic111Portable Sanitizer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24915N0744/listing.html)
- Document(s)
- Attachment
- File Name: VA249-15-N-0744 VA249-15-N-0744.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2268693&FileName=VA249-15-N-0744-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2268693&FileName=VA249-15-N-0744-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-15-N-0744 VA249-15-N-0744.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2268693&FileName=VA249-15-N-0744-000.docx)
- Place of Performance
- Address: Memphis VA Medical Center;1030 Jefferson Avenue;Memphis, TN
- Zip Code: 38104
- Zip Code: 38104
- Record
- SN03849760-W 20150823/150821235239-e5ebf2870ce22a74e01bfc6f32fc80ec (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |