SOURCES SOUGHT
J -- Preventive Maintenance Artisan Link Pro Slide Stainer
- Notice Date
- 10/4/2024 12:43:17 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q0039
- Response Due
- 10/10/2024 10:00:00 AM
- Archive Date
- 12/09/2024
- Point of Contact
- Joanne Woo, Contract Specialist, Phone: (562) 766-2256
- E-Mail Address
-
Joanne.woo@va.gov
(Joanne.woo@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This 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. IAW 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NACIS 811210 Other Electronic and Precision Equipment Repair and Maintenance. Responses to this Sources Sought/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can provide PREVENTIVE MAINTENANCE FOR ARTISAN LINK PRO SLIDE STAINERS located throughout various VA Pathology and Laboratory as illustrated in the Statement of Work below. STATEMENT OF WORK The contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items necessary to provide preventive maintenance and corrective repair service and software support remotely and on-site for the equipment/systems listed below for the VA Long Beach, VA Loma Linda, and VA Greater Los Angeles, and as defined in this Statement of Work (SOW). EQUIPMENT Make Model Serial Number Location Dako Artisan Link Pro Slide Stainer ALP216010 VA Great Los Angeles Healthcare System Dako Artisan Link Pro Slide Stainer ADL810100 VA Great Los Angeles Healthcare System Dako Artisan Link Pro Slide Stainer ALP216020 Location: VA Loma Linda Healthcare System Dako Artisan Link Pro Slide Stainer ALP216030 VA Long Beach Healthcare System SERVICE/WORK TO BE PERFORMED The contractor shall perform on-site preventive maintenance (PM) inspection on equipment/systems as provided for in the contract. Preventive maintenance shall be accomplished in accordance with the Original Equipment Manufacturer (OEM) recommendations. The Contractor shall use OEM certified parts and service engineer/technicians shall be OEM trained and certified on all equipment included in the contract. The Contractor shall provide software support and updates defined as bug and/or patch fixes, error correction, equipment enhancement or modification to already existing features for the purposes of maintaining current functionality of the equipment. The Contractor shall provide toll free phone support 24 hours a day, seven days a week. The Contractor shall provide unlimited service calls with on-site response within next business day (Monday to Friday 7:30 AM to 5:00 PM excluding holidays). The Contractor shall provide unlimited service calls with on-site response time within 24 hours, next business day, (Monday to Friday 7:30 AM to 5:00 PM excluding holidays); unless otherwise agreed upon by COR or designee. Response: The contractor shall consider ALL requests for repairs/services as emergencies unless a statement to the contrary is made by the VA Point of Contact (POC). A competent service representative adequately equipped with tools, test instruments, service manuals and repair parts will arrive at the VA facilities within the designated response time. The service representative may contact VA staff by phone before arrival at the facilities. Such contacts, however, will not serve to alter the requirements for arrival on-site except when the request for service is withdrawn by the POC. Contractor must offer a dedicated PM and service agreement. PERFORMANCE Period of Performance: One (1) year each listed below: Base Year Option Year One (1) Hours: Normal duty hours are 7:30 a.m. through 5:00 p.m., Monday through Friday, not including federal holidays. Whenever contact with a facility is required outside of normal duty hours, the Contractor shall coordinate these times with the designated POC. Federal Holidays: In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays New Year s Day January 1st Martin Luther King s Birthday Third Monday in January President s Day Last Monday in January Memorial Day Last Monday in January Juneteenth June 19th Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th OTHER REQUIREMENTS Preventive maintenance shall be scheduled with a contact person as assigned by the Point of Contact (POC). This PM work shall be completed in the month specified during the request unless another date is agreed upon by POC. For any repairs or service that will be performed during the normal working hours of 7:30 a.m. through 5:00 p.m. the Contractor shall check-in with the Police Service and with the POC before proceeding to the job site. Waste Removal: The contractor shall be responsible to remove and properly dispose of all waste related to the services provide on-site at all VA facilities. Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Payment: Payment will be made upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. All shipping for parts shall be included in the cost of the contract. DOCUMENTATION Service reports shall be provided prior to departure from the VA facility for all service activities including preventive maintenance, emergency repair, and safety inspections, and must contain the following information: Date(s),time, and period of service. Complete description of equipment serviced including model number and serial number. Complete description of equipment services performed including upgrades, updates and software changes made. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. A statement of the complaint that initiated the service call. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair. REMOVAL OF EQUIPMENT Whenever possible, all repairs and preventive maintenance shall be performed at the VA facility. When that is not possible, the POC may give approval for service work to be done at another location. All transportation charges shall be borne by the contractor. VA property may not be removed from the facility prior to execution, and approval of all documents as required by Logistics Service. Computer hard drives and other storage media items may not leave VA property. Requirements for service reports for designated equipment not at this location are the same as for work done on-site. Service reports for incoming equipment will be presented for signature at the time of delivery. If equipment is returned via commercial carrier, the service report may be included with the shipment. GOVERNMENT REPAIRS Government employees will work on contract equipment only with authorization of the contractor or following the failure of the contractor to respond. The government is not obligated to perform any work on contract equipment. GUARANTEE The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days. SERVICE LOCATIONS VA Long Beach Healthcare System (VALBHS) 5901 E. 7th Street Long Beach, CA 90822 VA Loma Linda Healthcare System (VALLHS) 11201 Benton Street Loma Linda, CA 92357 VA Greater Los Angeles Healthcare System West LA Campus (VAGLAHS) 11301 Wilshire Blvd Los Angeles, CA 90073 The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and can provide the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items being referenced above? If applicable, please provide the manufacturer name and business size. (4) Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin. (5) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit a capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in above. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described above requirements. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Joanne.woo@va.gov . Telephone responses will not be accepted. Responses must be received no later than October 10,2024 10:00 AM PST All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/85c15d594a1a4ede841135a6451959f5/view)
- Place of Performance
- Address: Department of Veterans Affairs Veterans Integrated Service Network 22 Multiple Stations 11301 Wilshire Blvd, Los Angeles 90073, USA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN07234098-F 20241006/241004230109 (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 |