Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 16, 2020 SAM #6957
SOURCES SOUGHT

A -- IVIS Spectrum CT PM Contract

Notice Date
12/14/2020 12:05:07 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q0204
 
Response Due
12/18/2020 10:00:00 AM
 
Archive Date
01/02/2021
 
Point of Contact
ROBERT.REGAN2@VA.GOV, ROBERT REGAN, Phone: 562-766-2299
 
E-Mail Address
robert.regan2@va.gov
(robert.regan2@va.gov)
 
Awardee
null
 
Description
The Veterans Administration, SAOW Network Contracting Office (NCO) 22 is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to provide Service Maintenance of IVIS Spectrum CT Imaging System, 120V for the VA Loma Linda Healthcare System (VALLHS), 11201 Benton St, Loma Linda, CA. 92357. The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334516. The Government is anticipating a single award contract with a base year and four (4) 1-year option periods. The base year period of performance is anticipated to begin on or about January 1, 2021. A draft copy of the statement of work is provided with this notification. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quote; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. In addition, contractors who respond to these sources sought notice shall provide specific documentation/information that it has provided preventative maintenance and repair services for the specific brand and model IVIS Spectrum CT PM identified in this notice and the draft statement of work. Acceptable documentation for example would be a copy of a contract or PO identifying the specific equipment and services performed and/or a letter from PerkinElmer Health Science, Inc identifying your firm as an authorized 3rd party service provider. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB), VETERAN OWNED SMALL BUSINESS (VOSB), SMALL BUSINESS OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by December 18, 2020, 10:00AM (PST). All responses under this Sources Sought Notice must be emailed to robert.regan2@va.gov. STATEMENT OF WORK Contract Title. Service Maintenance of IVIS Spectrum CT Imaging System, 120V (SN# IS1933N4453) 3. Background. The IVIS SpectrumCT in vivo imaging system has a versatile platform for a number of applications in bone and audiology research that include: 1) Imaging bone remodeling in real time using a fluorescent bisphosphonate imaging agent, 2) Measuring the amount of skeletal healing-induced by osteogenic therapies involving stem cells, growth factors and scaffolds, 3) Imaging of bone resorption sites using a cathepsin protease-activatable probe, 4) Functional imaging of growth factor/transcription factor pathway activity using appropriate promoter-Luc transgenic animal models, 5) Tracking of cells that are marked using ROSA-Td floxed mice and appropriate Cre reporter strains, and 6) Imaging and quantitation of cartilage degradation in osteoarthritis studies using probes developed against inflammation protease activity. There are several ongoing VA-, NIH-, and DOD-funded studies at the VA Loma Linda Healthcare System (VALLHS) that involve identification of tissue and cellular and molecular phenotypes in situ in diseases related to musculoskeletal, and auditory systems. 4. Scope. The Contractor shall provide one annual preventative maintenance visit and unlimited on-site repair of the IVIS Spectrum CT Imaging System to include all necessary labor, materials, supplies, parts, software, tools, equipment, travel, transportation expenses and other related costs at the VALLHS. 5. Specific Tasks. IVIS Spectrum CT Gold Service Plan with 1 PM Unlimited Repair Service (labor, replaced parts, and travel) Scope of supply and service: - One maintenance visit at LLVAHS site per year - Unlimited visits for repairing system. - Servicing through PerkinElmer Health Sciences, Inc., Certified Field Service Engineers - Maintenance visit will be pre-arranged and coordinated with CUSTOMER in advance - Response time to initiate problem solving: 48 hours (5 days per week, from 8 AM to 5PM PST) - Repair time ""as soon as possible"" - Customer has no claim for a replacement machine Visit consists of: - Planning of visit together with the person responsible for the equipment at CUSTOMER site - Check or repair of the IVIS Spectrum CT Imaging System, (SN# IS1933N4453) - Report of work performed to operator on site - Written report hereof signed by service personnel Deliverables: One maintenance visit at LLVAHS site per year Unlimited visits for repairing system 6. Performance Monitoring Planning of visit together with the person responsible for the equipment at CUSTOMER site - Unlimited visits for repairing system - Repair time ""as soon as possible - Servicing through PerkinElmer Health Sciences, Inc., Certified Field Service Engineers - Report of work performed to operator on site 7. Security Requirements Non-sensitive information on system 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). None 9. Other Pertinent Information or Special Considerations. None a. Identification of Possible Follow-on Work. None b. Identification of Potential Conflicts of Interest (COI). No conflict of interest. c. Identification of Non-Disclosure Requirements. None d. Packaging, Packing and Shipping Instructions. None e. Inspection and Acceptance Criteria. The COTR is responsible for certifying that the work under the contract is performed to time and standard. 10. Risk Control. none 11. Place of Performance. VA Loma Linda Healthcare Systems 12. Period of Performance. January 1, 2021 December 31, 2021
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/abc753f8fade4da98e2eac271a6c9b6a/view)
 
Place of Performance
Address: DEPT OF VETERAN AFFAIRS LOMA LINDA 11201 BENTON ST, LOMA LINDA 92357, USA
Zip Code: 92357
Country: USA
 
Record
SN05873636-F 20201216/201214230142 (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 |
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.