Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2017 FBO #5810
DOCUMENT

J -- Short-Term Beckman Coulter Urinalysis Service Contract - Justification and Approval (J&A)

Notice Date
10/18/2017
 
Notice Type
Justification and Approval (J&A)
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Archive Date
12/1/2017
 
Point of Contact
Janice Brooks Campbell
 
E-Mail Address
Janice.brooks@va.gov
(Janice.brooks@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
VA242-17-A-0063
 
Award Date
10/2/2017
 
Description
Notice of Intent to Sole Source The Department of Veterans Affairs, Network Contracting Office 2 (NCO 2), James J. Peters VA Medical Center Bronx, New York intends to award a sole source contact under the authority of 41 U.S.C. 253 (c)(1) (FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements), to BECKMAN COULTER, INC. 250 S KRAEMER BLVD BREA CA 92821. This action will result in a Firm-Fixed Price contract with a period of performance of 6 months with two 3-month options. This notice of intent is not a request for competitive quotations. There will be no solicitation available for competitive quotes. However, all responsible sources may submit a capability statement, which shall be considered by the agency. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Respondents should reference VA242-17-P-3742 Notice of Intent in the Subject line. The point of contact for this requirement is Janice Brooks Campbell, Janice.Brooks@va.gov. Responses to this notice shall include company/individual name, a service capability statement, including examples of similar facilities for which services have been provided, DUNS number, address, point of contact and socio-economic category (i.e. SDVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business, Large Business). Determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Telephone inquiries will not be accepted. If no viable responses have been received by the closing date of 9/22/2017 at 10:00AM E.T., the Government shall negotiate solely with BECKMAN COULTER, INC. Background The requirement is to obtain Beckman Coulter Urinalysis Service Contract VISN 2 SOUTH Pathology & Laboratory Medicine Service laboratories are seeking to establish a Blanket Purchase Agreement based off of an established Federal Supply Schedule for three types of Urinalysis Analyzers. The Department of Veterans Affairs (DVA) Veterans Integrated Service Network VISN 2 SOUTH Pathology and Laboratory Medicine Services recognize the many advantages of standardization of equipment, bulk purchasing, state-of-the-art technology, and vendor supplied maintenance and repairs. Being limited in budgeted dollars for new equipment, we request the Cost Per Reportable Result (CPRR) method for equipment acquisition (including all consumables, all maintenance needed for normal operations, and peer comparison for QC). This allows pricing per reportable result that includes reagents, controls, calibrators, kits (for tests, controls, calibrators), repeats, dilutions, consumables (e.g., pipettes), and all other items including parts, service, preventive maintenance, except labor. Cost per test and Cost per kit are not acceptable. At the same time, the vendor will clearly define the minimum Full Time Equivalent (FTE) employees required to produce the number of expected test results according to the final equipment distribution and workflow. The ultimate goal is to get the most work done for the lowest cost while maintaining or improving quality and turnaround time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/62df0f2cff3cfc811a9a974751df66ae)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA242-17-A-0063 VA242-17-A-0063.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3856422&FileName=VA242-17-A-0063-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3856422&FileName=VA242-17-A-0063-000.docx

 
File Name: VA242-17-A-0063 FBO Post Vol6 Chap6 OFOC SOP Rev5 Atch 3 FAR6 JA OVER 150K.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3856423&FileName=VA242-17-A-0063-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3856423&FileName=VA242-17-A-0063-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04717207-W 20171020/171018231504-62df0f2cff3cfc811a9a974751df66ae (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 |
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.