SOURCES SOUGHT
41 -- MENTAL HEALTH; FREEZERS & MAINT
- Notice Date
- 8/4/2020 3:09:33 PM
- Notice Type
- Sources Sought
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q1269
- Response Due
- 8/10/2020 1:00:00 PM
- Archive Date
- 08/25/2020
- Point of Contact
- LUTZ, JOHN J, contracting officer, Phone: 562-766-2218
- E-Mail Address
-
john.lutz3@va.gov
(john.lutz3@va.gov)
- Awardee
- null
- Description
- This is NOT a solicitation announcement. This is a sources sought synopsis only for market research. The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classification relative to NAICS 333415 (size standard 500 of Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide a MENTAL HEALTH; FREEZERS & MAINT that at a minimum meets the following salient characteristics for the VA Long Beach Healthcare System: Part Number Description Qty U2586D REFRIGERATION: TWO INDEPENDENT SINGLE STAGE COMPRESSORS VOLTAGE: 208/230 VAC CAPACITY: 25 CUBIC FEET COMPARTMENTS: FIVE (4 EACH ADJUSTABLE SHELVES) VACUUM RELIEF PORT: YES (MANUAL TYPE) PORTHOLE FOR SENSOR WIRE: YES WARRANTY: TWO YEARS ALL PARTS AND LABOR, FIVE YEAR COMPRESSOR PART 2 EA PREFORM MONTHLY PREVENTIVE MAINTENANCE ON 9 EACH -80C FREEZERS AND TEST BACK UP SYSTEMS. Preventive Maintenance:Labor MONTHLY PM SERVICE FOR 9 MONTHS NOTE: INSPECTION RESULTS AND RECOMENDED REPAIRS WILL BE PROVIDED AFTER EACH PM. 81 EA Item Name: MENTAL HEALTH; FREEZERS & MAINT _ Brand Name or Equal: Mfr: SOLIDCOLD CORPORATION Salient Characteristics STATEMENT OF WORK 1. SCOPE OF WORK: The Contractor shall furnish all qualified personnel, labor, equipment, transportation, supervision, and other non-personal services necessary to provide monthly service existing (9) -80 freezers located at the VA San Diego Hospital, 6th floor. These freezers house samples from the following protocols: Marine Resiliency Study, an OEF/OIF mental health study (Protocol #070533), Proteomics-Based Discovery of PTSD Diagnostic Markers (protocol#130144), Serotonin and Dopamine Transporter Genetics: A Factor in PTSD Risk? (protocol #130149), Cerebrospinal Fluid, Plasma and Salivary Pro-inflammatory Cytokines: Relationship to Combat Exposure, PTSD and Health Status (protocol #130039), COOPERATIVE CLINICAL TRIAL AWARD PROGRAM #0004: Novel Therapeutics in PTSD: A Randomized Clinical Trial of Mifepristone (protocol #130030), Marine Resiliency Study-II: Neurocognition (protocol #120090), Marine Resiliency Study-II: Extension Study (protocol #120079), MRS II: Pre- and Post-deployment MEG Study (protocol #130383), Efficacy and Safety Study of ORG 34517 in Veterans with Co-morbid PTSD/AUD (protocol 120001), Metabolic Signatures of Stress Resilience and Risk (protocol # 130352), Neuronal Exosomes to Identify Biomarkers and Pathology of Deployment-Related TBI (protocol #180112), Posttraumatic Stress Disorder and Physical and Psychological Outcomes in Post-Deployment Veterans (protocol #130231), Biorepository to Collect and Store Specimens and Data on Veterans for Use in Trauma-Related Research and Clinical Studies Relevant to the Center of Excellence for Stress and Mental Health (CESAMH) (protocol #150080), MRS-II systems biology approach Demonstration Project to identify candidate gene-by-environment interaction pathways implicated in post-combat stress responses, for further investigation by Army STARRS. (protocol #130222), and Patterns of Tinnitus and Hearing LossSecondary to Blast Injury (protocol #150174). 2. TYPE OF CONTRACT: The Government intends to issue a firm-fixed price single award purchase order in accordance with FAR Part 13. 3. PERIOD OF PERFORMANCE: 08/01/2020 04/30/2021 4. PLACE OF PERFORMANCE: The work to be performed shall be accomplished at the Contractor facility located at the address specified below: VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA 92121 5. SPECIFIC REQUIREMENTS: 5.1: The contractor shall have the ability, knowledge, and expertise to provide monthly service and test of back up co2 systems of various models (current and obsolete) at the San Diego Healthcare System. The contractor shall: 1. Have the tools and equipment to service a multitude of freezer models including: U86-25A41, U9280-0002, ULT2586-4-A48, ULT1786-9-D37, NSSUF281WWW/4, and ULT2586-4-A46. 2. The Contractor shall have 24-hour emergency availability to service freezers in the event of a freezer emergency repair. 3. The Contractor shall have experience in servicing custom back up co2 systems that prevent freezers from dropping temperature in the event of power outage. 4. The Contractor shall provide fast and dependable freezer maintenance. 6. DELIVERABLES: The Contractor shall furnish all qualified personnel, labor, equipment, transportation, supervision, and other non-personal services necessary to provide monthly service and testing of back up co2 systems to existing (9) -80 freezers located at the VA San Diego Hospital, 6th floor. The Contractor shall furnish a monthly report of the current status of individual freezers, any inspection reports, and recommended preventative repairs required (if necessary) 7. FEDERAL HOLIDAYS: Any holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. New Year's Day January 1st Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th When a holiday falls on a Sunday, the following Monday will be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by U.S. Government federal agencies. Also included, would be any other day specifically declared by the President of the United States of America to be a National Holiday. 8. CHANGES: The Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which may affect the contract terms and conditions, quality, quantity, price, and/or delivery. It is highly encouraged and advised that the contractor contact the Contracting Officer for approval in the event there are changes prior to proceeding. No other individual has the authority to make this binding change and/or commitments. In the event that the Contractor commits to such changes at the direction of any other person than the Contracting Officer, the changes shall be considered to have been made without proper authority and no adjustment shall be made in contract price to cover any increase in costs incurred as a result thereof. 9. CONTRACTOR PERSONNEL The Contractor shall provide a representative who shall be responsible for routine liaison in the performance and administration of the resulting contract. In addition, the representative shall act as the primary point of contact (POC) between the Contracting Officer and the Contractor. The representative shall have full authority to act on behalf of the Contractor on all matters relating to daily operations of contract performance. An alternate POC shall also be designated. If you are interested, and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this source sought announcement? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to john.lutz3@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday. Aug. 10, 2020 at 1:00 PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b4cca6ce288d4ee1964738c88ee1d24b/view)
- Place of Performance
- Address: Department of Veterans Affairs VA San Diego Healthcare System 3350 La Jolla Village Drive, SAN DIEGO 92161, USA
- Zip Code: 92161
- Country: USA
- Zip Code: 92161
- Record
- SN05745250-F 20200806/200804230154 (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 |