SOURCES SOUGHT
J -- Tecan EVO 200 Service Maintenance Plan
- Notice Date
- 2/3/2020 1:08:31 PM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24720Q0228
- Response Due
- 2/7/2020 8:59:59 PM
- Archive Date
- 05/16/2020
- Point of Contact
- Wileen Stokes
- E-Mail Address
-
Wileen.Stokes@va.gov
(Wileen.Stokes@va.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT NOTICE: Firm Fixed Price Contract (FFP) DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide Service Maintenance Plan for Tecan Freedom EVP 200 with Hydro Flex Washer Services, at Department of Veterans Affairs, located at the he William Jennings Bryan Dorn VA Medical Center (WJBDVAMC) in Columbia, SC. The period of performance is March 1, 2020 Through February28, 2021 with (4) one Year Options. Please be aware all Federal, State and local labor laws will be applicable to this procurement including, federal minimum wage as provided in Section 6(a)(1) of the Fair Labor Standards Act and the McNamara-O Hara Service Contract Act. If you have specific questions regarding labor laws, you should contact your local Federal Department of Labor representative. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis. Questions should be submitted by email to wileen.stokes@va.gov Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman-owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 811219 Other Electronic and Precision Equipment Repair and Maintenance (size standard $22.0M). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to the sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to the sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to the sources sought announcement. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, two (2) pages or less, that demonstrates how your company can provide the requested services at time of award. Include your company s experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small as defined by the NAICS (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the Vet-Biz Registry at http://vip.vetbiz.gov/. If not, please (i) NOTE that any future solicitation could only be awarded to a company that is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in Vet-Biz Registry. Responses must be emailed to wileen.stokes@va.gov no later than 12:00NOON EST, Friday, February 7, 2020. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO- ECONOMIC STATUS information as explained above. Please place ""Attention: Provide Service Maintenance Plan for Tecan Freedom EVP 200 in the subject line of your email. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Statement of Work Service Maintenance Plan for Tecan Freedom EVO 200 with Hydro Flex Washer 1. REQUIREMENT: The contractor shall provide service maintenance on for Tecan Freedom EVO 200 with Hydro Flex Washer. Continuance of coverage is required. 2. BACKGROUND: The WJB Dorn VA Medical Center Shirley L. Buchanan Research Laboratory is a BL2 Research Facility for laboratory bench science research which maintains AAALAC, NIH and USDA accreditation/recognition as an approved animal facility for small animal care. Over the past 5 years this institution procured state-of-art equipment to ensure the high level continuous research at this facility. 3. PERIOD OF PERFORMANCE: Period of performance is for base year and 1 option year Options. Base Year: March 01, 2020 - February 28, 2021 Option Year 1 March 01, 2021 - February 28, 2022 Option Year 2 March 01, 2022 February 28, 2023 Option Year 3 March 01, 2023 - February 28, 2024 Option Year 4 March 01, 2024 February 28, 2025 4. PLACE OF PERFORMANCE: Contractor will perform services at WJB Dorn VAMC Shirley L Buchanan Research Laboratory, building 9A, room 225 between the hours of 7:30 am - 6:00 pm. 5. PERFORMANCE REQUIREMENTS: Contractor will provide the Te-Care Complete Service maintenance package which covers: (1) the labor and the materials for adjustments, repairs, and replacements of components as necessitated by normal use of the instrument, (2) On-site repairs in case of instrument failure, (3) one annual on-site planned maintenance visit, (4) update installations at the time of scheduled preventive maintenance visit, (5) unlimited access to expert applications and technical support center Monday through Friday, 8am 5pm local time (excluding statutory holidays, with a general response of 48 hours. 6. INVOICES: a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Period Supply or Service Provided Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows: ������� Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP 9. TERMINATION FOR CONVENIENCE: Subject to a 14 day advance notice, the Government reserves the right to terminate this contract for convenience if the need for this service changes or is no longer required. 10. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ddcce23862aa44539f2c1fb834f4fb83/view)
- Place of Performance
- Address: William Jennings Bryan Dorn VA Medical Center;6439 Garners Ferry Road;Columbia, SC 29209, USA
- Zip Code: 29209
- Country: USA
- Zip Code: 29209
- Record
- SN05550722-F 20200205/200203230147 (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 |