SPECIAL NOTICE
J -- Notice of Intent To Award Sole Source preventative maintenance, emergency maintenance, and non-consumable parts of the Leica Microsystems cover-slipper and slide-stainer.
- Notice Date
- 3/5/2024 3:15:35 PM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26124Q0447
- Response Due
- 3/8/2024 9:00:00 AM
- Archive Date
- 03/23/2024
- Point of Contact
- Parmpreet Pannu, Contract Specialist, Phone: 559-225-6100
- E-Mail Address
-
parmpreet.pannu@va.gov
(parmpreet.pannu@va.gov)
- Awardee
- null
- Description
- Page 3 of 3 Intent to Sole Source The Department of Veterans Affairs, NCO 21, intends to award a sole source firm fixed price contract to LEICA MICROSYSTEMS INC for annual preventative maintenance, emergency maintenance, and non-consumable parts of the Leica Microsystems cover-slipper and slide-stainer for the VA Northern California Health Care System. LEICA MICROSYSTEMS INC s proprietary equipment is installed at this site. Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per 41 USC ยง3304(a)(1) as implemented by FAR 6.302-1. A draft of the performance work statement is attached. If you believe that your company is capable of preventative maintenance, emergency maintenance, and non-consumable parts of the Leica Microsystems cover-slipper and slide-stainer in accordance with the performance work statement, please provide your information and capability by responding to parmpreet.pannu@va.gov no later than March 8, 2024 9 a.m. PST referencing the following number in the subject of the email 36C26124Q0447. The applicable NAICS Code is 811210 and the size standard is $34 Million. This notice of intent is not a request for competitive quotes. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. Capability Statement Please answer the following questions when responding: What is your company s Socioeconomic Status? (ex: small business, large business, SDVOSB, etc.) Provide DUNS and/or CAGE Code. Ability and experience in managing this same requirement. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. List of Projects (Government and Commercial) that are similar in scope and size. Anticipated Teaming Arrangements (if any). If plan on subcontracting, demonstrate that you will meet the limitations on subcontracting per FAR 52.219-14 for Small Businesses; VAAR 852.219-74 for SDVOSB/VOSB. GSA Contract Number, if applicable. Letter from the Leica Microsystems Inc authorizing your company to perform these services. Pricing per the Performance Work Statement. *Failure to provide the information requested above (items 1-8) will be considered non-responsive and will not be considered a viable source. Notes: Contractors must have a current registration in the System for Award Management (SAM) at https://sam.gov/SAM/ SDVOSB and VOSB firms should be registered at the time of quote submission and CVE verified in VetBiz Registry https://www.vip.vetbiz.va.gov/ See attached document: Draft Performance Work Statement - PM and Repair of RO and DI Water Systems.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/06e4d3bb7a9640e383949ccc726335ec/view)
- Record
- SN06985612-F 20240307/240305230048 (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 |