Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
DOCUMENT

J -- 580-16-3-4-255-2319-Fluxion Maintenance Contract - Attachment

Notice Date
7/29/2016
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E. Woodrow Wilson Dr.;Jackson MS 39216
 
ZIP Code
39216
 
Solicitation Number
VA25616N1086
 
Response Due
8/2/2016
 
Archive Date
10/1/2016
 
Point of Contact
Jennifer Adams
 
E-Mail Address
6-6955<br
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice: DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions shall be submitted by email to Jennifer.adams7@va.gov. Provide only the requested information below. The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 334516 Analytical Laboratory Instrument Manufacturing. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the GSA or FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. SPECIFIED REQUIREMENT: Network Contracting Office 16, Houston, TX is seeking sources for a potential contractor to perform the following type of service for Annual Service Plan of BioFlux 1000Z as listed below. INSERT SOW: Statement of Work Indefinite Delivery / Indefinite Quantity (IDIQ) Contract Michael E. DeBakey VA Medical Center (MEDVAMC) 1.0 Background: The requiring activity is the Michael E. DeBakey VA Medical Center (MEDVAMC). The contractor shall furnish services required to annual maintenance service plan for systems including Exi/Aqua Camera. Provides extended warranty protection. Provides 1 preventative maintenance on site visit for microscope components. Provides phone and email technical service. Provides 1 preventative maintenance of BioFlux controller and interfaces (return to factory). 2.0 Scope: The contractor shall furnish services required to annual maintenance service plan for systems including Exi/Aqua Camera. Provides extended warranty protection. Provides 1 preventative maintenance on site visit for microscope components. Provides phone and email technical service. Provides 1 preventative maintenance of BioFlux controller and interfaces (return to factory). The contractor's initial offer shall contain the offeror's best terms from a cost/price and technical standpoint. The Contracting Officer (CO) reserves the right to negotiate price, and terms and conditions at any time before contract award. 3.0 Place and Period of Performance: Michael E. DeBakey VAMC - 2002 Holcombe - Bldg. 109 - Houston, TX 77030 4.0 Type of Contract: The type of contract will be a Firm Fixed Price Contract. 5.0 Performance Measures: Annual Maintenance Service Plan. 6.0 Deliverables: Annual Maintenance Service Plan. 7.0 Changes to Contract or Statement of Work: Changes to this SOW or the impending contract shall only be authorized and approved through written correspondence from the CO. A copy of each change shall be kept in a project folder along with all other documents or items pertaining to the project. Costs incurred by the Contractor through the actions of parties other than the CO shall be borne by the Contractor. 8.0 Price/Cost Schedule: QuantityPart #DescriptionUnit PriceExt. Price 1950-0064BioFlux 1000Z Annual Service Plan. For systems including EXi/Aqua Camera. Provides extended warranty protection 1 preventative maintenance on site visit for microscope components. Phone and email technical support. 1 Preventative Maintenance of BioFlux Controller and interfaces (return to factory).$27,375.00$27,375.00 9.0Inherently Governmental Functions Contractor shall not perform any Inherently Governmental functions in accordance with FAR Part 7.5. 10.0Quality Assurance Contractors shall conform to quality assurance standards in accordance with best commercial practices, unless otherwise specified. 11.0 Confidentiality and Non-Disclosure All information acquired and documents reviewed or handled during this contract belong to the Department of Veterans Affairs, unless otherwise specified in the affiliate agreement. The contractor recognizes that in the performance of this contract it may receive or have access to sensitive or confidential information, including personal information of VHA employees and information proprietary in nature by system contractors, equipment manufacturers and other private or public entities. The contractor working with the COR shall ensure that all employees that may require access to sensitive or confidential information have the mandatory security clearances required for access, and only for the minimum number of employees necessary for contract performance. The contractor shall indoctrinate its employees and all subcontractor employees working on this contract on the laws, rules and regulations governing access to sensitive and/or confidential information. All persons concerned shall understand that unauthorized access to or use of sensitive or confidential information related to this contract shall result in immediate termination of the individual or individuals from the contract and be subject to legal prosecution to the fullest extent of the law. The VA Office of Security and Law Enforcement shall conduct an appropriate background investigation on all of its employees and subcontractor employees working on this contract, and those who may require access to Government computer systems. Clauses dealing with data requirements, rights in data, release in use restrictions, requests for information, press releases and marketing material, intellectual property, Cooperative Research and Development Agreements, and patents and copyrights apply. 12.0 Contract Administration and Performance Monitoring Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract will require maximum coordination between the Government and the Contractor. The COR and Program Manager will assist by monitoring contractor performance and reporting the findings to the CO. The COR will communicate at least monthly with the Lead Principal Investigator. The COR shall be designated on the authority of the CO at the time of contract award to monitor all technical aspects of the contract. In no event is the COR empowered to change any of the terms and conditions of the contract. Changes in any section of this contract shall be made only by the Contracting Officer pursuant to a properly executed modification. The types of actions within the purview of the COR's authority are to ensure that the Contractor performs the technical requirements of the contract, and to notify both the Contractor and the Contracting Officer of any deficiencies observed. A memorandum of designation shall be issued to the COR and a copy shall be sent to the Contractor at the time of contract award setting forth in full the responsibilities and limitations of the COR. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to perform the scheduled and unscheduled repairs and preventative maintenance of the equipment described above. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses shall be submitted to Jennifer.adams7@va.gov later than 12:00pm CST, Tuesday, August 2, 2016. Fax or Telephone calls will not be accepted. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "Attention: Service Contract for Preventative Maintenance of BioFlux 1000Z Equipment" in the subject line of your response. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE AND MAY NOT DEVELOP FROM THIS RFI. If a solicitation is issued it will be announced at a later date and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. 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. In accordance with 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/VA25616N1086/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-N-1086 VA256-16-N-1086_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2907942&FileName=VA256-16-N-1086-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2907942&FileName=VA256-16-N-1086-003.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: Michael E. DeBakey VAMC, Houston TX
Zip Code: 77030
 
Record
SN04202087-W 20160731/160729234954-26cd30f882cb1bb0cef0b43c3ea4204d (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.