Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
DOCUMENT

J -- Bruker Analyzer Biotyper Preventive Maintenance - Attachment

Notice Date
2/6/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Acquisition & Materiel Management;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
36C25618Q9158
 
Response Due
2/9/2018
 
Archive Date
3/11/2018
 
Point of Contact
Gregory K. Franklin
 
E-Mail Address
4-7978<br
 
Small Business Set-Aside
N/A
 
Description
Title: Bruker Analyzer Biotyper Preventative Maintenance Purpose: The Michael E. Debakey Veteran Affairs Medical Center (MEDVAMC) hereby issues the following Sources Sought to Request Information (RFI). This RFI is to seek contractors with the capability to provide the MEDVAMC with all labor, materials, equipment, tools, travel, and supervision for the preventative maintenance of the Bruker Analyzer Biotyper (S/N 6034641385, EE# 172916) located at 2002 Holcombe Blvd, Houston, TX 77030. Objective: To determine if there are contractors, other than Bruker Daltonics Inc., qualified and certified; with the capability to provide preventative maintenance services to the government for a Bruker Analyzer Biotyper. Note 1: Contractor shall be an authorize vendor, trained technician, possessing licenses and certification for proprietary equipment and services to meet all government requirements and objectives. All Questions shall be answered in Section 5, so the government may assess the contractor s capability to meet the government s requirement. Note 2: Contractor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM; such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. Note 3: The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility, upon discovery of such items. 4. Place of Performance: Equipment is located at VA Medical Center, 2002 Holcombe Blvd., Houston, TX 77030. 5. Responses Requested: The MEDVAMC requires the following questions to be answered in this RFI: Questions not answered shall be considered non-responsive to the Request for Information. Is the contractor a Bruker Daltonics, Inc. authorize vendor with certified technicians to meet all government requirements and objectives in the Draft Statement of Work (See Attached)? Contractor shall attach authorization letter to be viewed by the government to be considered as part of the Market Research and responsive to this Sources Sought notice. Does the Contractor possess the capability to obtain software/license if required for the Government s Bruker equipment? Contractor shall attach authorization letter and capability to be viewed by the government to be considered as part of the Market Research and responsive to this Sources Sought notice. c. Does the Contractor possess all license/certification to service the Bruker proprietary equipment? Contractor shall attach license/certification to be viewed by the government to be considered as part of the Market Research and responsive to this Sources Sought notice. d. Contractors shall also provide their point(s) of contact: name, address, telephone number, and email address; and the company's business size, and Data Universal Numbering System (DUNS) Number. e. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. f. Provide in your capability statement a list of active contracts for commercial, federal, state, and local governments. The contracts listed shall include sufficient information to enable a capability comparison with the government s requirement. g. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration Schedules (GSA), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided. h. Provide a short summary of your potential approach to meeting the specific requirement in the draft Statement of Work and your experience managing contracts with similar requirements for the MEDVAMC. 6. Opportunity: The MEDVAMC, is seeking information from potential contractors on their ability to provide this service and possess OEM license, software, parts and certification. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. 7. Instructions and Response Guidelines: RFI responses are due by February 9, 2018 at 2:00 pm (CST). The response format is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word. Respond via email to gregory.franklin2@va.gov. All Questions shall be submitted by February 8, 2018 2:00pm(CST) via email to gregory.franklin2@va.gov. Telephone requests or inquires will not be accepted. The subject line shall read: VA256-18-AP-3383, Bruker Analyzer Biotyper PM. NO SOLICITATION EXISTS NOW. There is no page limitation on subparagraphs 5(a) - 5(h). All Questions shall be answered to be considered as part of the Market Research for capable contractors to meet the government requirements. Please provide additional information you deem relevant to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as "market research". This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a competitive solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOpps) website or GSA s eBUY. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI, or future solicitations. 8. Contact Information: Gregory Franklin Email address: gregory.franklin2@va.gov Your response to this notice is appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, any firm that believes it can meet the requirement may give written notification prior to the response due date and time. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirement. DRAFT STATEMENT OF WORK Preventative Maintenance of Bruker Analyzer Biotyper GENERAL REQUIREMENT Contractor shall provide all labor, materials, equipment, tools, travel, and supervision for the preventative maintenance of the Bruker Analyzer Biotyper (S/N 6034641385, EE# 172916) located at 2002 Holcombe Blvd, Houston, TX 77030. DETAILED SERVICES: All work shall be performed by personnel who are competent, trained technicians, authorized vendors (if applicable) and possessing all licenses and certifications for proprietary software, equipment and services; to ensure that preventative maintenance is performed in accordance with the maufacturer s specifications and industry standards. All work performed shall be accomplished in accordance with manufacturer s instructions, including but not limited to repair, preventative maintenance, calibrations, cleaning, lubricating, testing, disassembly, check-out, software updates etc.; required to meet the manufacture s specifications and industry standards. All work will be inspected by the COR, whose approval must be obtained prior to departure from the premises. Contractor guarantees that the equipment they serviced shall meet manufacturer s specifications and industry standards, resulting in optimum performance. Any changes, updates or retrofits made on any component or system shall be reported to the COR for annotation on station equipment manuals and records. The Government shall not be responsible for incidental charges including, but not limited to, parking, tolls, mileage, phone, etc., on straight time or overtime work. Maintenance problems discovered on equipment covered by this contract which the Contractor believes exceed the scope of contract provisions, shall not be worked on without concurrence and specific authorization from the Contracting Officer. The Contractor shall immediately notify the BIOMED COR of any equipment or environmental conditions which impair or jeopardize the functioning of the equipment. In any case, the VA shall be explicitly notified in advance that additional charges will be incurred, prior to beginning such work. III. HOURS OF WORK: Service shall be performed during the VA normal business hours, 8:00 a.m. through 5:00 p.m., Monday through Friday, excluding Government holidays. IV. REMOVAL OF EQUIPMENT: Government property cannot be removed from the station without a signed Property Pass. This Property Pass may be obtained from Acquisition & Material Management Service, Personal Property Section, 4A-320 after removal is authorized by the COR. The Contractor may not remove equipment from Government site for minor repairs only. The Contractor shall be responsible for damage or loss of equipment while in the Contractor s possession. V. SAFETY REQUIREMENTS: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer, or his/her designee, may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contractor shall have one supervisory employee, who will disseminate requirements to those who work at our facility, report to the Safety Manager s office for a one- (1) time training class before working on-site. The Contracting Officer or his/her designee will notify the Contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his representative at the site of work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly with such notice, the contracting Officer may issue an order stopping all or any part of the work and hold the Contractor in default.. VI. OTHER REQUIREMENTS The Contractor shall require his employees to comply with all VA rules and regulations pertaining to the conduct of his employees while on station. Particular attention is drawn to the fact that the VAMC is a NO SMOKING Facility. Smoking is not permitted in any building. Contractor shall have use of station telephones to make business calls related to Medical Center s equipment. Misuse of this privilege will necessitate the need to require the contractor to use public telephones. UNAUTHORIZED USE OF GOVERNMENT EQUIPMENT The Contractor shall not allow his/her employees, including Subcontractors employees, to open desk drawers, cabinets, or to use office equipment, including the use of non-pay telephones for any purpose other than a local emergency call. The Contractor shall be responsible to provide all necessary equipment, tools, and materials to perform the work. The Government shall not be obligated to provide any equipment, tools, and materials to assist the Contractor in performing the work. VII. DOCUMENTING The Contractor shall maintain a separate maintenance record on each equipment covered under this contract. The Contractor shall email maintenance records within 48 hours of the end of their work to vhahoubiomed@va.gov. All maintenance records shall be readily available anytime upon request for inspection by the Contracting Officer, COR or designee. The maintenance record is the property of the government and shall be turned over to the Government at the end of the contract. The maintenance record shall be a chronological file that includes the following information: look at this Date. Nature of work (i.e. PM or repair services). Location of work (i.e. room number, site location). Description of work performed (contractor should be brief and concise). Any indication of problems experienced. Initial or signature of repairman performing work. VIII. PROCEDURE FOR REPORTING OF ARRIVAL AND DEPARTURE FOR ONSITE WORK The Contractor s representative shall report his arrival and departure for onsite work in accordance with the following procedure: Upon arrival at the station, the Contractor shall check in with the BIOMED shop to sign in on response log, so that the VAMC will be aware of the Contractor s presence at the facility at all times. Response time shall be determined by the first appearance of a service representative at the appropriate office in response to a particular call. Upon each departure, Contractor shall serve notice of disposition of work to the COR or designee. In addition, the contractor shall furnish the BIOMED COR or his designee a copy of a work order, service sheet or other such written notification of services performed. Such reports shall include at a minimum the following information: Date. Nature of work (i.e. PM or repair services). Location of work (i.e. room number, site location). Description of work performed (contractor should be brief and concise). Any indication of problems experienced. Initial or signature of repairman performing work. If the report is not submitted, it will indicate to the Government that no inspection or maintenance was performed and payment may be withheld and/or delayed. IX. UNIFORMS The Contractor shall require all employees, including supervisors, to wear distinctive uniform clothing for ready identification, and assure that every employee is in uniform no later than the time specified by the COR, or otherwise no later than 10 working days from the date an employee first enters on duty. The uniform shall have the Contractor s name, easily identifiable, affixed thereon in a permanent manner such as a badge or monograms. End of Draft Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25618Q9158/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9158 36C25618Q9158.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4068092&FileName=36C25618Q9158-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4068092&FileName=36C25618Q9158-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Michael E. DeBakey VA Medical Center;2002 Holcombe Blvd.;Houston, TX
Zip Code: 77030-4298
 
Record
SN04811516-W 20180208/180206231203-b6aab319380ed9dd69a8254bce395447 (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.