Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2023 SAM #8053
SPECIAL NOTICE

J -- Echosens Fibroscan PMI 36C262-24-AP-0905 | 664-24-2-038-0047 | New Require BASE+4OY | PM&R VA OWNED ECHOSENS FIBROSCAN 530 COMPACT US(VA-24-00024451)

Notice Date
12/13/2023 10:21:24 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q0352
 
Response Due
12/20/2023 10:00:00 AM
 
Archive Date
01/04/2024
 
Point of Contact
Barry Bland, Contract Specialist, Phone: (858) 626-8744, Fax: (858) 626-8744
 
E-Mail Address
barry.bland@va.gov
(barry.bland@va.gov)
 
Awardee
null
 
Description
INTENT TO SOLE SOURCE GENERAL INFORMATION Network Contracting Office (NCO) 22 Attn: Barry Bland Department of Veteran Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach, CA 90815 (858) 626-8744 Intent to Sole Source: The Government intends to make a sole award firm-fixed-price contract in accordance with Federal Acquisition Regulations (FAR) 6.302-2 Only One Source in conjunction with FAR 13.5 Simplified Procedures for Certain Commercial Items. The requirement is for to enter a base plus four option year, Firm-Fixed-Price contract for intervening service and planned service support on VA San Diego Healthcare System owned Echosens Fibroscan 530 compact ultrasounds. The base year period of performance shall be 1/1/2024 to 12/31/2024. The option year one period of performance shall be 1/1/2025 to 12/31/2025. The option year two period of performance shall be 1/1/2026 to 12/31/2026. The option year three period of performance shall be 1/1/2027 to 12/31/2027. The option year four period of performance shall be 1/1/2028 to 12/31/2028. The Vendor shall provide all labor, supervision, materials, parts, and transportation required to maintain and repair Echosens Fibroscan 530 compact ultrasounds. The Vendor shall perform at least one on-site planned maintenance (PM) inspection during the contract period. PM inspection shall be scheduled by the direction of the Contracting Officer Representative (COR). The support agreement shall include Hardware parts and applicable software updates. The Vendor shall provide Echosens North America factory-trained field technicians and new original equipment manufacturer (OEM) components utilized. Telephone support services shall be available 24 hours a day, 365 days a year. On-site service calls shall be included, with a response time of 5 business days. The contractor shall provide Loaner equipment upon VHA's request. The contractor shall ship equipment via 2-day standard airmail and demands placed after 1300 PST on Fridays will be sent to the requestor the following Monday. The Vendor shall provide the COR with an electronic copy of the field service report after every PM or on-site service call within seven calendar days. At a minimum, this report must contain a detailed description of any services or repairs performed for each item of equipment. It must also include a listing of replacement parts, when applicable, total hours of service, safety checks, performance data, and the date. The report will also include any Vendor recommendations necessary to maintain the equipment in optimum operating condition. Service Technician shall document and report to the COR any unsafe conditions or signs of misuse or abuse regarding this medical equipment. The intended source is VA San Diego Healthcare Systems. In accordance with FAR Part 6, contracts awarded using this authority shall be supported by a written justification and approval described in FAR 6.303 and 6.304; as applicable, the justification will be posted within fourteen (14) days after contract award. The Government will consider all capability statements received by this synopsis's closing date. The Government's determination not to compete based on responses to this notice is solely within the Government's discretion. Information received will be considered strictly to determine whether to conduct a competitive procurement. The applicable North American Industrial Classification System Code (NAICS) code that this work falls under is 811210 - Electronic and Precision Equipment Repair and Maintenance of $10 million. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS. All capable sources must provide past performance experience in similar research services and be a licensed provider (whichever applies to the requirement). All vendors must be registered in Beta. SAM by the close of this notice, and if your firm is a Service-Disabled Veteran- Owned or Veteran-Owned Small Business, you must be CERTIFIED in VetCert (see internet site: Veteran Small Business Certification (sba.gov.)). Proof of licenses must be submitted with supporting evidence. All the above information should be included in the vendors' capability in response to this notice. All inquiries and submittals must be sent via email to barry.bland@va.gov no later than 10:00 PM Pacific Time (PT), 12/20/2023. Please ensure that notice # 36C26224Q0252 is cited on all submitted documents to ensure that it is appropriately processed.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a0d06549f06847ffbda6cac7b9dff931/view)
 
Record
SN06910866-F 20231215/231213230040 (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.