SOURCES SOUGHT
J -- Silver Optilite Service/Maintenance Service 36C261-24-AP-1114 Base plus Two Option Years
- Notice Date
- 3/5/2024 2:36:24 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26124Q0441
- Response Due
- 3/11/2024 10:00:00 AM
- Archive Date
- 03/26/2024
- Point of Contact
- Brandy Gastinell, Contract Officer, Phone: 916-923-4551
- E-Mail Address
-
Brandy.Gastinell@va.gov
(Brandy.Gastinell@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought only. As part of its Market Research, NCO 21 is issuing this RFI to determine if there exists an adequate number of qualified interested contractors capable of providing Optilite Protein Analyzer maintenance services as further described in the draft Statement of Work (SOW). The Government may use the responses to this RFI for information and planning purposes. The draft PWS describes only the currently contemplated possible scope of work and may vary from the work scope in a final PWS included in any Request for Quote (RFQ). The contractor will be providing Optilite protein analyzer maintenance services for the VA San Francisco Medical Center. There is no solicitation document as this time. The NAICS is 811210 Electronic and Precision Equipment Repair and Maintenance, with Small Business size of $34.0M. NOTE: Please ensure that System For Award Management (SAM) (www.sam.gov) indicates this NAICS code if you are interested in the requirement. Only firms seriously interested and truly capable should send their information and/or capability statement and any questions by email to brandy.gastinell@va.gov no later than 10 AM Pacific Time, March 11, 2024. If interested, please provide the following information. Failure to provide the following information completely and accurately may result in a determination that your company is not a viable source: Name of Company Point of Contact Name, phone number, and email address DUNS number Socio-economic status such as Service-Disabled Veteran Owned Small Business, VOSB, Women-Owned Small Business, etc. should be included. SDVOSB/VOSB status will be verified using VetBiz. Capability statements that include the following: Identify geographical areas your company currently services? Approximately how many current employees do you have in the service area(s)? Indicate prior experience for same/similar service in these geographical areas. If the experience is through government contract, please identify the contract number. Are you a certified and authorized vendor to perform Optilite Protein Analyzer service and maintenance? Contractor personnel completing the work shall hold certification for maintenance and repair of these products. Please submit with your sources sought response. If you will rely on a subcontractor to assist with performance, please clearly identify what functions your company will perform versus those of the subcontractor(s). When responding to the preceding questions, avoid using teaming language, e.g. Team ABC has 20 years of experience or Team ABC has placed 15,000 staff. Clearly identify what functions/experience/resources your company has and will be able to perform independently of a subcontractor. Ambiguous responses that lack clarity will affect the Contracting Officer s ability to determine if your company is a viable source for this requirement. Before responding please carefully read and consider the following: As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html The Service Contract Act will apply. Please see the DRAFT Statement of Work attached for further details. 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 request that is marked proprietary will be handled accordingly. The Government will not compensate an offeror for providing information in response to this sources sought. Furthermore, the Government reserves the right to cancel this requirement at its discretion. This is simply a sources sought notice. STATEMENT OF WORK Optilite Protein Analyzer Service A. Purpose of Contract: The purpose of establishing this contract is to provide the necessary service/support for installed and validated Optilite Protein Analyzer as detailed in the requirements of this statement of work. This contract will be a base plus two one year options (3-year) contract. Period of Performance: Estimated to begin the end of May 2024 B. Requirements: 1. Supports the established Testing Menu: a. Quantitative Kappa Free Light Chains; Quantitative Lambda Free Light Chains b. Rheumatoid Factor 2. System Service/Support: Service/troubleshooting is available Mon-Friday during normal business hours. Service and Maintenance Services Package: a. Services That Are Included Replacement Parts and Labor. Provides labor and parts (excluding consumables) that it deems reasonably necessary to maintain the Equipment in good operating condition during the applicable Maintenance Period. Parts replaced are warranted against defects in material and workmanship for the length of the Maintenance Agreement subject to the terms and conditions of the applicable Maintenance Agreement. Preventive Maintenance Visits. Provides one annual preventative maintenance ( PM ) visit per year for the Optilite and two annual PMs for the SPA. A PM visit may be performed separate from, or in conjunction with, other service visits. As part of each PM visit, provides labor and parts designed to prevent premature Equipment failures and to extend Equipment life. Equipment Updates. Equipment covered by a service contract will receive at no charge hardware and software product improvement updates as they are released. Vendor will schedule, at the mutual convenience of the vendor and the Customer, the updates for each Customer. Remedial Service. Uses commercially reasonable efforts to diagnose and correct Equipment malfunctions. At times, remedies may consist of temporary procedures to be followed by the Customer during the period while a permanent remedy is being sought. Intermittent problems may require observation for a period of time to identify the source of the problem. Engineering Changes. Uses commercially reasonable efforts to incorporate those engineering changes that the vendor deems reasonably necessary to ensure ongoing Equipment performance to the vendor s Equipment specification and/or to improve Equipment reliability. b. Accessing Maintenance Services On-Site Services. On-site services are available Monday through Friday during normal business hours (8:00 AM to 5:00 PM Local Time within the Continental United States and Canada), excluding official holidays. Phone Support. Technical phone support is available at no charge through the vendor s Technical Support Center, Monday Friday, 6:00 AM to 6:00 PM PST. The vendor uses commercially reasonable efforts to respond to the Customer within 2 hours of receipt of the Customer s phone call.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/de5435f49ca44859a95ff6c2bd1259cb/view)
- Place of Performance
- Address: San Francisco 94121, USA
- Zip Code: 94121
- Country: USA
- Zip Code: 94121
- Record
- SN06986728-F 20240307/240305230056 (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 |