Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2023 SAM #7829
SOURCES SOUGHT

J -- 531-23-3-199-0055 Service Contract for a NGC Chromatography System

Notice Date
5/3/2023 2:24:42 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0559
 
Response Due
5/14/2023 3:30:00 PM
 
Archive Date
06/13/2023
 
Point of Contact
Denise Patches, Contract Specialist, Phone: 253-888-4922
 
E-Mail Address
Denise.Patches@va.gov
(Denise.Patches@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 20 (NCO 20) is conducting a market survey and is seeking potential sources for a Maintenance and service agreement for a NGC Chromatography system. This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided.     Responses shall be submitted to Denise Patches at Denise.Patches@va.gov by COB:05-10-2023 SUBJECT: RFI 36C26023Q0559 Maintenance and service agreement for a NGC Chromatography system This notice is intended strictly for market research. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified sources of supply and determine the socioeconomic size classification of the supplier and manufacturer of the end item.    Interested companies shall provide, at a minimum, the following information with their response;     Company Name and Address:  Point of Contact (POC)  Name:  Email Address:  Phone Number:  DUNS Number/UNIQUE SAM ID:  Brochures of their offered equipment/services. The anticipated North American Industry Classification System (NAICS) code is 339112 Surgical and Medical Instrument Manufacturing Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program:     [ ] yes [ ] no - Small Business (SB)    [ ] yes [ ] no - HUBZone    [ ] yes [ ] no - Small Business 8(a)    [ ] yes [ ] no - Small Disadvantaged Business (SDB)    [ ] yes [ ] no - Women-Owned (WO) Small Business   [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB)   [ ] yes [ ] no - Veteran Owned Small Business (VOSB)  [ ] yes [ ] no - Large Business    [ ] yes [ ] no - Other (please specify)      Please answer the following questions:    [  ] yes [  ] no - Does not exceed 1,000 employees; (for NAICS 339112) must be verifiable thru the System for Award Management)    [  ] yes [  ] no Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;     [  ] yes [  ] no Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and     [  ] yes [  ] no Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406.    Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.    In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, past experience etc.) to confirm the company s ability to meet the requirements outlined in this request.     Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.  Maintenance and service agreement for a NGC Chromatography system Requested Salient Characteristics/Statement of Work STATEMENT OF WORK (SOW) Statement of Work. Maintenance and service agreement for a NGC Chromatography system Background. Research Services at the Boise VAMC has a NGC Chromatography System which is used by researchers to purify proteins. This instrument requires a preventative maintenance and service plan to maintain the functionality of the instrument. Scope. The site of the work will be in Research Services, building #117, room 212. The base plus 2 option years contract will include preventative maintenance visits and service repairs, inclusive of travel, parts, and labor. Specific Tasks. One annual preventative maintenance visit. Unlimited on-site repair visits, including parts, labor, and travel expenses. All parts used for replacement and repair will be authorized by the manufacturer. Hours of Coverage & Federal Holidays. The contractor will be required to work during normal Boise VA Medical Center s business hours. Those hours are defined as Monday through Friday, 8:00 AM to 4:30 PM. All visits must be scheduled in advance with Research Services. Services will not be performed on the following legal government holidays: New Year s Day Jan 1st Martin Luther King Day 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran Day November 11th Thanksgiving 4th Thursday in November Christmas December 25th Technical Point of Contact. The point of contact (POC) will be a Research staff member familiar with the operation of the FPLC. The POC is NOT a Contracting Officer Representative (COR). Performance Monitoring. The POC will escort the contractor while in the Research facility and will be available to respond to inquiries by the contractor. The contractor will review all services performed on the instrument with the POC and provide an electronic copy of the service report for Research s records. The POC will notify the AO of Research Services of all work completed by the contractor. Security Requirements. The contractor will not have the need or have access to the VA internet system or patient information and will not require routine access to VA Facilities. No security clause is required. The C&A requirements do not apply, and a Security Accreditation Package is not required. The contractor will require intermittent access only during scheduled visits and will be escorted by a VA Research employee while visiting the Research facilities. No background investigation is required. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No GFE or GFI will be needed or provided, since the chromatography system is a stand-alone instrument. The contractor does not require access to any additional equipment or materials. Other Pertinent Information or Special Considerations. The contractor must be Bio-Rad trained and authorized to repair and provide service to this system according to the manufacturer to avoid invalidating the existing service agreement. a. Identification of Possible Follow-on Work Repairs that cannot be completed during the visit. b. Identification of Potential Conflicts of Interest (COI) It has been determined by the COR that no conflict of interest exists with the contract. c. Inspection and Acceptance Criteria With the contractor present, the POC will verify that the contractual work has been performed and will relay the information to the COR. No invoices will be authorized for payment until all contracted services have been rendered. Risk Control. The Research building 117 is designated as a BSL-2 facility. The rooms are marked to denote specific hazards that are currently in use. In the rooms where the work will be performed, the PPE requirements will be noted, as per policy and PPE will be available. Additionally, there are no patients, nor patient care in the research buildings. As per contractor s requirements, the instrument will be cleaned and disinfected, if necessary, before work commences. Place of Performance. Boise VAMC Research Building #117 500 W. Fort Street Boise, ID 83702 Payment. Invoices must be submitted via the Financial Services Center Mandatory Electronic Invoice System, Tungsten, on an annual basis. Invoices must include the following information: contractor name, services performed, period of performance and purchase order number. Payment of submitted invoices will be approved by the AO of Research. Period of Performance. The period of performance will be as follows: Base Year: Date of Award 6/20/2024 Option Year One: 6/21/2024 6/20/2025 Option Year Two: 6/21/2025 6/20/2026 Delivery Schedule. Base Year Annual PM Service Report Within 2 weeks of visit 1 copy to POC Invoice Annually 1 copy to POC and Tungsten Option Year 1, Annual PM Service Report Within 2 weeks of visit 1 copy to POC Invoice Annually 1 copy to POC and Tungsten Option Year 2, Annual PM Service Report Within 2 weeks of visit 1 copy to POC Invoice Annually 1 copy to POC and Tungsten Service call(s) As necessary Service Report Within 2 weeks of visit 1 copy to POC
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bedb1b6f71254ccca1fe51b54c095eea/view)
 
Place of Performance
Address: Department of Veterans Affairs Boise VAMC Research Bldg. 117 500 W. Fort Street, Boise, ID 83702, USA
Zip Code: 83702
Country: USA
 
Record
SN06671141-F 20230505/230503230118 (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.