Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2023 SAM #7725
SOURCES SOUGHT

J -- Quarterly PMI Animal Cage Washer

Notice Date
1/19/2023 8:27:48 PM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q0455
 
Response Due
1/24/2023 9:00:00 AM
 
Archive Date
03/25/2023
 
Point of Contact
Gene.Chu2@va.gov, Gene Chu, Phone: (562) 766-2308
 
E-Mail Address
gene.chu2@va.gov
(gene.chu2@va.gov)
 
Awardee
null
 
Description
Comprehensive Maintenance for Government owned Steris Basil 4700 Cage Washer This Request for Information (RFI) is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), 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 RFI. Responses to this Sources Sought request shall be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of small business capabilities, including Service Disabled Veteran Owned Small Business and Veteran Owned Small Business (SDVOSB/VOSB) interested sources capable of performing the work. The NAICS for this requirement is NACIS 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electric) Repair and Maintenance. Interested and capable sources shall respond to this notice by completing the source questionnaire herein and emailing it to gene.chu2@va.gov (reference RFI # 36C26223Q0455 in the email subject heading), no later than Tuesday, 1/24/2023 at 9:00 a.m. Pacific Time Los Angeles.] SOURCE QUESTIONNAIRE Enter Company Name and Address. Enter UEI (Unique Entity ID SAM) Number. Enter Point of Contact Name, Phone, Email. Business size status and representation (Select All that Apply): Service-Disabled Veteran-Owned Small Business (registered in VetBiz.gov) Veteran-Owned Small Business (registered in VetBiz.gov) Woman-Owned Small Business Emerging Small Business HUBZone Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act Small Business Large Business Considered a small business under NAICS code identified for this RFI? Yes No Select/Complete All that Apply: FSS/GSA: Contract Number; Effective Dates: MM/DD/YYYY MM/DD/YYYY NASA SEWP: Contract Number; Effective Dates: MM/DD/YYYY MM/DD/YYYY Are all items of inquiry available on contract schedule? Yes No Provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the required scope of work. Respondents are encouraged to provide targeted examples of the Contractor s experience providing the same or similar supplies/services (i.e. when attaching brochures, citing/making references to performance descriptions located within brochures that match the specific work requirement. Include attachments with drawings/illustrations as needed. Provide general pricing for products or services inquired. Include attachments as needed. Provide feedback or additional suggestions. If none, enter N/A. Small Business Respondents. SDVOSB or VOSB respondents are encouraged to provide proof of www.vetbiz.gov certification. Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. Small businesses are also advised that per 13 CFR § 125.6 the prime contractor's limitations on subcontracting are as follows: General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold, a small business concern must agree that: In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the Government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Complete the fields hereunder if utilizing a subcontractor to perform the requirement. Enter Sub Contractor Company Name and Address. Enter UEI (Unique Entity ID SAM) Number. Enter Point of Contact Name, Phone, Email. Business size status and representation (Select All that Apply): Service-Disabled Veteran-Owned Small Business (registered in VetBiz.gov) Veteran-Owned Small Business (registered in VetBiz.gov) Woman-Owned Small Business Emerging Small Business HUBZone Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act Small Business Large Business REQUIREMENT DESCRIPTION Comprehensive Maintenance for Government owned Steris Basil 4700 Cage Washer located on site at: Department of Veterans Affairs VA Long Beach Healthcare System (VALBHS) 5901 East 7th Street Long Beach, CA 90822 Anticipated period of performance is one base year with the option of four single-year option periods, to start within the month of February 2023. EQUIPMENT IDENTIFICATION: QTY MANUFACTURER MODEL DESCRIPTION SERIAL NUMBER 1 Steris Basil 4700 Cage and Rack Washer 3630513001 SPECIFIC TASKS: Preventative Maintenance Inspection (PMI): On site PMI provided under this contract include furnishing of necessary travel, labor and tools required to provide inspection, adjustments, effect repairs, cleaning, calibrations, lubrication, testing for operating efficiency, disassembly, and replacement of worn or defective parts of Government-owned unit located at VALBHS. The PMI shall be scheduled with the Contracting Officer Representative (COR). PMI shall be performed by the contractor in accordance with manufacturer s instructions. Service schedule: Quarterly services shall be scheduled in coordination with the COR. The contractor shall provide services between the hours of 8:00 a.m. and 5:30 p.m., Monday through Friday, National Holidays excluded. Software Updates: The Contractor shall provide software updates as made available by manufacturer at no additional charge to the Government. Parts: The Contractor shall provide all repair parts. The contractor shall recommend and install repair parts that are factory-certified by the manufacturer and shall have compatibility with the equipment on contract. On-Site Repair Services: The Contractor shall furnish service manuals and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment, parts and/or supplies necessary to complete the work as required. Performance Verification Test: Performance verification is required at the conclusion of every preventive maintenance and repair service. This verification procedure may include performance testing for accuracy and precision of the instrument. If any procedures are performed that would in any way effect the calibration status of the instrument the results of performance testing must conform to the established performance criteria for the instrument. Field Service Report (FSR): The contractor must submit a FSR to the COR at the end of service performance. The FSR must be legible and signed by the COR after the Contractor has demonstrated to the COR and the Equipment User that the equipment is in proper operating condition and meets manufacturer s specifications. Only the original FSR must be submitted to the COR. The FSR at a minimum must contain company name, service technician s name, contact telephone number, date of service, a detailed description of any services performed on the equipment (model number and location included), signs of misuse or neglect, findings of problems and correction, including all performance verification, listing of replacement parts, when applicable; total hours of service; safety check; performance data; and recommendations necessary to maintain the equipment in optimum operating condition. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127.  All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement--
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5b160a7f5f6d4fbeae1ac37f6c787c7e/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Long Beach Healthcare System 5901 East 7th Street Long Beach, CA 90822
 
Record
SN06568648-F 20230121/230119230113 (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.