DOCUMENT
J -- Leica TCS SPE-II Confocal Microscope Service & Support for the St. Louis VAMC. - Attachment
- Notice Date
- 8/23/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- 36C25518Q9711
- Response Due
- 8/30/2018
- Archive Date
- 10/29/2018
- Point of Contact
- Ferguson, Laura
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A SOLICITATION. This is a Sources Sought (SS) notice issued in accordance with FAR 15.201(e) to conduct market research. This SS is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) or a promise to issue a RFQ in the future. This sources sought does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this SS; all costs associated with responding to this SS will be solely at the interested vendor's expense. Not responding to this SS does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this SS is strictly voluntary. All submissions become Government property and will not be returned. This announcement is based upon the best information available and is subject to future modification. OVERVIEW: The Department of Veterans Affairs, Network Contracting Office (NCO) 15, has a requirement to obtain maintenance, necessary repair, technical support, and software updates on the Leica TCS SPE-II Confocal Microscope located at the Washington University School of Medicine for the St. Louis VAMC. It is anticipated that a base one (1) year contract with up to two (2) one (1) year option years will be awarded. The government intends to award a firm-fixed-price contract. The successful proposer must be able to: Furnish all labor, travel, parts (excludes consumable, 3rd party parts), equipment, tools, trained field service engineers, supervision, and all incidentals required to complete on-site full service, planned maintenance and corrective maintenance (repair) of the Leica TCS SPE-II Confocal Microscope. -EE Number: 11703827 -Manufacturer: Leica -Model: TCS SPE-II -Serial No.: 521000613 -Location: Washington University School of Medicine Campus, Mouse Facility Services to be provided: Unlimited service, repairs, annual maintenance, technical support, Biosafety Level 2 maintenance, and software updates on the Leica Microscope. Summary of Services: -Unlimited service visits by trained qualified field service engineers. -Unlimited replacement service parts (OEM), components or modules necessary for repairs (excludes consumable, 3rd party parts). -One annual on-site planned maintenance visit, to endure the system is performing to factory specifications. -Unlimited access to expert applications and technical support center, Mon through Fri, 8am 5pm. -Biosafety Level 2 maintenance included. -Software Upgrades Must be able to respond via telephone within two (2) hours of receiving a request for repair services and must be able to arrive on-site to perform diagnostics and repairs within twenty-four (24) hours after notification. Unscheduled service calls are unlimited and incur no charge for other than normal working hours. Must have ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts except -if applicable - those parts specifically listed as being EXCLUDED. The contractor shall use only new Original Equipment Manufacturer (OEM) or OEM-approved parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. Parts removed from another system, rebuilt and/or used, shall not be installed without specific approval. The Contractor s Field Service Engineer must have successfully completed a formal OEM Certified (or equivalent) training program for all equipment to be maintained under this contract and shall have a minimum of two (2) years of experience in the installation, calibration, maintenance and repair of the specified equipment. VETERANS FIRST CONTRACTING PROGRAM: The Dept. of Veteran s Affairs is dedicated to the Veterans First Contracting Program and encourages any certified Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) capable of furnishing the required services to respond. In accordance with Veterans Affair Acquisition Regulation (VAAR) sections 819.7005 and 819 7006, if a sufficient number of eligible SDVOSB or VOSB firms are identified during market research the acquisition will be set-aside for SDVOSB or VOSB participation. INFORMATION REQUESTED FROM INDUSTRY: Please submit your response (capability statement) in accordance with the following: No more than 5 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; Address if your firm has the capability to perform the ambulance services listed above; Address how long it would take from the date of contract award for you to commence furnishing services; Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service- Disabled or Veteran Owned Small Business, is your company and/or partners registered in VA s VetBiz repository? Mark your response as Proprietary Information if the information is considered business sensitive; NO MARKETING MATERIALS ARE ALLOWED IN RESPONSE TO THIS SS. The Government will not review any other information or attachments included, that are in excess of the 5-page limitation. Submit your response via email to laura.ferguson@va.gov Submit your response by 4:00 P.M. Central Time on Aug 30, 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25518Q9711/listing.html)
- Document(s)
- Attachment
- File Name: 36C25518Q9711 36C25518Q9711.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557886&FileName=36C25518Q9711-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557886&FileName=36C25518Q9711-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25518Q9711 36C25518Q9711.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4557886&FileName=36C25518Q9711-000.docx)
- Place of Performance
- Address: Washington University School of Medicine Campus;Clinical Sciences Research, Mouse Facility;Room 638;St. Louis, MO
- Zip Code: 63110
- Zip Code: 63110
- Record
- SN05052878-W 20180825/180823231427-2bf2f778ff52d96045cb9e5f384bb4a9 (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 |