SOURCES SOUGHT
66 -- New - Nanostring Maintenance
- Notice Date
- 12/15/2022 9:29:53 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25723Q0204
- Response Due
- 12/27/2022 12:00:00 PM
- Archive Date
- 02/25/2023
- Point of Contact
- alison schuman, contract specialist, Phone: 806-354-7830
- E-Mail Address
-
alison.schuman@va.gov
(alison.schuman@va.gov)
- Awardee
- null
- Description
- The VA North Texas Health Care System (VANTHCS) is seeking Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), or Small Business sources capable of meeting the requirement listed below. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 12. NOTE: TO QUALIFY SDVOSB AND VOSB VENDORS MUST BE CERTIFIED IN THE VA VENDOR INFORMATION PAGES (VIP) DATABASE. The North American Industry Classification System (NAICS) is 811210 Electronic and Precision Equipment Repair and Maintenance. Any SDVOSB, VOSB, or Small Business firms who wish to identify their interests and capability to provide this product must provide product specifications, performance, and delivery information by notifying the Contract Specialist no later than 1400:00 PM Central Time, 27 December 2022. Notification shall be e-mailed to Alison Schuman at alison.schuman@va.gov. Any vendor who responds to this Notice must provide credentials to perform the requirement as outlined in the below scope. DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Notice that is marked as proprietary will be handled accordingly. In accordance with the Federal Acquisition Regulation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Notice. Scope: 1. General 1.1. Introduction. The Molecular Department, Pathology & Laboratory Medicine Service (P&LMS)RT within Department of Veterans Affairs (VA) requesting a technical service and support contract for existing Nanostring Instrumentation to include GeoMx System and Sprint. 1.2. Background. The VA has a Service contract for both instruments to span over 4 years ending in 2027. The coverage includes one annual PM as well as any and all repairs required for breakdowns or instrument issues during the contract period. This instrument is an integral part of the processing of samples and projects in the Molecular Department, Pathology & Laboratory Medicine Service (P&LMS)RT. 1.3. Authority. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. The Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. 1.4. Objectives. Requesting a technical service and support contract for existing Nanostring Instrumentation to include GeoMx System (serial # 2106G0279) and Sprint (serial #2103P0347. 2. SCOPE OF WORK 2.1. Vendor will provide preventive maintenance, service and customer support for with designated options. 2.2. Ensuring equipment components perform within designated parameters to ensure proper performance according to manufacturer s specifications. 2.3. Repairs and Support. 2.4. Technical Support: Support Personnel will be available by telephone during normal business hours Monday through Friday 8:00am-4:30pm local time, excluding holidays. 2.5. On-site Repairs: With respect to any technical support issue that the contractor determines to require on-site support at VANTHCS, contractor will dispatch one or more Service Personnel to VANTHCS, normally within 48 business hours after the complaint has been logged by Customer Support. Contractor supplies unlimited service visits Monday through Friday 8:00am 5:00pm local time excluding federal holidays. 2.6. For the delivery of repairs parts or materials, the contractor shall provide all parts and materials at no additional cost the government. 2.7. Contractor shall remove all parts, equipment or materials replaced, or upgraded by the contractor due to and not limited to repairs, replacements, recall, and upgrades without any cost to the government. 2.8. Safety 2.9. Contractor shall immediately notify the service of any changes in reagent composition, procedure modification, recall notification or any changes that will affect the performance of the test or procedure according to FDA regulations 2.10 Test Performance 2.11 All test, procedures, and equipment must perform at manufacturer specifications, deviations the performance specifications shall be corrected by the contractor. 3. QUALITY ASSURANCE 3.1. Quality Assurance Surveillance Plan (QASP). The Government intends to utilize a Quality Assurance Surveillance Plan (QASP) to monitor the quality of the contractor s performance. The oversight provided for in the order and in the QASP will help to ensure that service levels reach and maintain the required levels throughout the contract term. Further, the QASP provides the COR with a proactive way to avoid unacceptable or deficient performance and provides verifiable input for the required Past Performance Information Assessments. The QASP is a living document and may be updated by the Government as necessary. 4. LIABILITY 4.1. Each party shall bear its own risks, liabilities and associated costs incurred by it arising out of its activities and efforts under this contract. This contract shall be governed by U.S. Federal law as applicable. The liability, if any, of the United States for injury or loss of property, or personal injury or death shall be governed exclusively by the provisions of the Federal Tort Claims Act. 5. SYSTEM FOR AWARD MANAGEMENT 5.1. The contractor is required to be registered in the System for Award Management (SAM) when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract. VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors 1. Contractor employees who work in or travel to VHA locations must comply with the following: a. Documentation requirements: 1) If fully vaccinated, shall show proof of vaccination. i. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. 2) If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test. 3) Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. 4) Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 2. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. a. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ac67ca38f3004cd597353e0bb06c72fa/view)
- Place of Performance
- Address: VA HEALTH CARE SYSTEM 4500 S Lancaster Rd, Dallas, TX 75216, USA
- Zip Code: 75216
- Country: USA
- Zip Code: 75216
- Record
- SN06545339-F 20221217/221215230106 (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 |