Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 10, 2024 SAM #8384
SPECIAL NOTICE

J -- Annual Service Plan for Cytek Biosciences Aurora Flow Cytometer - TVHS

Notice Date
11/8/2024 5:41:04 PM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24925Q0063
 
Response Due
11/25/2024 10:00:00 AM
 
Archive Date
01/24/2025
 
Point of Contact
Elizabeth Trimm, Contracting Officer, Phone: 615-225-5613
 
E-Mail Address
Elizabeth.Trimm@va.gov
(Elizabeth.Trimm@va.gov)
 
Awardee
null
 
Description
NOTICE OF INTENT TO SOLE SOURCE The Department of Veterans Affairs intends to issue sole-source firm-fixed priced award contract, to Cytek Biosciences, 47215 Lakeview Blvd, Fremont, CA 95438. A sole source procurement will be issued to Cytek Biosciences as they are the only vendor capable of fully performing the service. Due to the specialized equipment, all work for the duration of the contract shall be performed by authroized Cytek Biosciences field service engineer. This contract requires the Contractor to provide annual maintenance and any necessary repairs of the Cytek Biosciences Cytek Aurora Flow Cytometer located at TVHS VA Medical Center, located in Nashville, TN. The Cytek Aurora Flow Cytometer is used for VA related research. FAR 13.106(b)1 : Soliciting from a Single Source The contract is expected to be awarded under FAR 13.106-3 Period of Performance: 12/19/2024 12/18/2025 NACIS: 811210, Electronic and Precision Equipment Repair and Maintenance PSC: J066 Maint/Repair/Rebuild of Equipment Instruments and Laboratory Equipment Size Standard: $34 M STATEMENT OF WORK: The Contractor shall provide a Premium Service Plan for the Cytek Aurora Flow Cytometer, to ensure proper working conditions, consisting of: 1. Two (2) preventive maintenance inspections per year; 2. All non-consumable parts, travel and labor for repair visits; 3. 24-hour (maximum) response time for technical support and 48-hour (maximum) response time for non-functional instruments, with escalation to the top of priority field service job queue; 4. On-site and remote assistance, including assistance with panel design, data analsys, assay optimization and troubleshoooting, and general scientific consultation by a dedicated region Technical Applications Specialist; and 5. Unlimited telephone technical support. The contractor shall a provide an authroized Cytek Biosciences engineer to physically present to the Research Lab, located in Nashville, TN, at least twice during a one-year period to perform annual preventative maintanence on the Cytek Aurora Flow Cytometer. The contractor shall a provide an authroized Cytek Biosciences engineer to perform diagnostic and repair work if the Cytek Aurora Flow Cytometer has an issue. The annual preventive maintenance will be booked with the Contractor. Any diagnostics or repairs will be scheduled as necessary for the duration of the plan. The authroized Cytek Biosciences engineer will be in the Research Lab during normal work hours of 8am 4:30pm Monday through Friday, when necessary. GOVERNMENT HOLIDAYS: New Year s Day January 1 Martin Luther King s Birthday . 3rd Monday in January President s Day . 3rd Monday in February Memorial Day Last Monday in May Juneteenth ...Jun 19th Independence Day ..July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran s Day November 11 Thanksgiving Day . Last Thursday in November Christmas Day ........December 25 Any other day designated by the President as a national holiday. When one of the holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by US Government agencies. The contractor shall be fully responsible for compliance with all VA, local, state, and Federal occupational safety laws, rules, and regulations. The contractor shall follow life and safety codes and take necessary actions to avoid conditions that may be hazardous to the health and safety of hospital personnel and patients. The contractor is responsible for meeting all applicable OSHA and VA guidelines for safe working procedures. All work for the duration of the contract shall be performed by certified trained technicians. All Contractor employees shall be identified by a distinctive name plate, emblem, or patch attached in a prominent place to an outer garment. The Contractor shall ensure that Contractor s employees entering the VA facility observe and comply with all VA policies, regulations, and procedures concerning fire, safety, environmental protection, sanitation, security, traffic, parking, ""off limits"" areas. The Contractor shall remove from the job site any employee for reasons of misconduct or security. The removal of such a person shall not relieve the Contractor of the requirement to provide personnel to perform adequate and timely service. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, all responsible sources may submit a capability statement or quotation, which shall be considered by the agency on or before November 25, 2022, 12:00pm CST to Elizabeth.Trimm@va.gov. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE 36C24925Q0063 in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to the Contracting Officer, Elizabeth Trimm by email at Elizabeth.Trimm@va.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements, including proof of training and certification for performing maintenance and service on the listed equipment and systems.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4dfb8e4d1f2440919662e05cf19a3bdb/view)
 
Record
SN07260779-F 20241110/241108230100 (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.