Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
DOCUMENT

J -- Wallac Gamma Counter Maintenance GVSMVAMC, Jackson MS | Base + Options VA256-16-Q-1025 - Attachment

Notice Date
7/25/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 16;1011 Honor Heights Drive;Muskogee OK 74401-1318
 
ZIP Code
74401-1318
 
Solicitation Number
VA25616Q1025
 
Response Due
8/15/2016
 
Archive Date
10/14/2016
 
Point of Contact
Monica Gary, Contract Specialiast
 
Small Business Set-Aside
Total Small Business
 
Description
Veterans Affairs requires a contractor to provide Preventive Maintenance (PM) twice per year and Repair Support Services, on an as-needed basis, for a Wallac Model 1409-001 Liquid Scintillation Counter and Wallac Model 1480-011 Gamma Counter in accordance with this PWS. Services must ensure the equipment operates as the OEM intended, uninterrupted and with the latest updates, in a cost-effective, efficient manner while contributing to the VA Mission. Services are required on the government-owned equipment listed in this PWS for the period of performance and at the location outlined in this PWS. This Contract will be a non-personal services contract. The Contractor, its employees, agents and subcontractors shall not be considered government employees for any purpose. Contractor shall furnish all labor, materials, parts, equipment, tools, transportation, and supervision to provide services in accordance with this Performance Work Statement (PWS). BACKGROUND: Equipment: The VA owned Wallac Model 1409-001 Liquid Scintillation Counter [Serial No. 4090783] and Wallac Model 1480-011 Gamma Counter [Serial No. 4800326]. Only these two pieces of equipment require service under this contract. Original equipment manufacturer: Wallac Oy (Wallac Oy is part of US-based PerkinElmer Life Sciences) ("Wallac" or "OEM") Equipment and Function: The Wallac Model 1409-001 Liquid Scintillation Counter and Wallac Model 1480-011 Gamma Counter are used to detect radioactive contamination in samples collected, prepared and counted on these two devices. A printed report is provided by each counter by means of printers controlled by the counters' software. The counters' software also allows these devices to utilize various counting protocols designed for specific samples or reporting requirements. This software requires periodic corrections and updating for the counters to function. IMPORTANT NOTE: The OEM ceased production of this equipment in 2013.This equipment is currently maintained under contract VA25614C0299A and details can be viewed on USAspending.gov or viewed at FPDS.gov. Warranty: The warranty has expired recently therefore technical support is required to ensure the purpose of this PWS is maintained. SUMMARY OF REQUIREMENTS: Contractor shall provide OEM-trained technicians to perform OEM-standard services on equipment in this PWS. This is a solicitation - issued as a REQUEST FOR QUOTE (RFQ) - for commercial services, to include commercial items, prepared in accordance with the format in FAR Part 15 and FAR Subpart 12.6 as supplemented with additional information included in this notice. This solicitation reference number is listed on page one (1) of this solicitation. This is NOT a request for proposal (RFP) and the government does not intend on holding negotiations. Written offers are required (oral offers will not be accepted). Submission of offers must be in accordance with FAR 52.212-1, Instructions to Offerors - Commercial Items. The Government will award a firm-fixed price contract resulting from this solicitation to one responsible Offeror whose offer conforms to the solicitation with the lowest evaluated price. Refer to Evaluation Factors and Information to Offerors. The socio-economic set-aside selection, the NAICS Code and the size standard are listed on page one (1) of this solicitation. Solicitation Point of Contact (POC): Monica Gary, Contract Specialist, Email: Monica.gary@va.gov Fax: (918) 684-9672 INSTRUCTION TO OFFERORS 1)Section E provides further detailed instructions about how to respond to this solicitation, 2)complete and return SF 1449, Section B.1 and B.4, 3)it is incumbent on each offeror to thoroughly review the entire solicitation When: Offers are due per the time and date indicated on page one (1) of this solicitation. How: Offers are to be submitted electronically by email. Complete Offers shall be submitted as follows: 4)Emailed to the Solicitation POC. Email Size: Each email is not to exceed 5mb each. 5)Include subject line: "Company Name, solicitation number" 6)Indicate the number of emails submitted as part of the offer 7)To POST or FAX: Notify the Solicitation POC at least 24 hours in advance of the Due Date/Time if a posted or faxed offer submission is preferred. Posted or faxed offer submissions must be marked for: "Company Name, solicitation number" and attention to the Solicitation POC Documented tracking and confirmation of delivery is the responsibility of each Offeror. Late or Non-responsive Offers: It is the responsibility of each Offeror to ensure their offer is delivered Complete, on time and in full, per this solicitation. The VA Contracting Specialist will review the offers received for completeness, and may reject any incomplete offers. What to Submit: A Complete Offer will consist of one (1) original of the following documents. 1)Page 1 of this solicitation completed (this is preferred in lieu of an offer cover letter) and must include: a.date and signature by a representative of the company authorized to submit the offer, b.the offer expiration date, c.Offeror's confirmation of availability to start service (pending contract award), d.Offeror's DUNS number or ORCA application status, and e.Offeror's CVE status 2)Vendor's acknowledgement of any solicitation amendments using Section B of the solicitation, 3)Unit prices and extended prices for each line Item included in the Price/Cost Schedule of this solicitation, 4)All items requiring completion and declaration from Sections D and C of the solicitation. Queries and Questions must be addressed in writing to the Solicitation POC. Telephone requests for the solicitation will not be accepted or honored. Telephone questions and answers regarding this solicitation will not be considered valid. Technical questions will only be answered when addressed in writing and only when submitted to the Solicitation POC. Technical questions are due one (1) business day prior to the Closing Date and Time indicated on page 1 of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MuVAMC623/MuVAMC623/VA25616Q1025/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-Q-1025 VA256-16-Q-1025_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2897067&FileName=VA256-16-Q-1025-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2897067&FileName=VA256-16-Q-1025-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;G.V.(Sonny) Montgomery VA Medical Center;1500 E. Woodrow Wilson Drive;JACKSON MS
Zip Code: 39216
 
Record
SN04194576-W 20160727/160725235503-97d85c66e0ff93617e5b68c1bbb3f3e8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.