Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
DOCUMENT

J -- PIPETTE CALIBRATION SERVICE (VA-18-00010862) - Attachment

Notice Date
2/8/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
9397
 
Response Due
2/15/2018
 
Archive Date
3/2/2018
 
Point of Contact
Jared Zinsmeister
 
E-Mail Address
jared.zinsmeister@va.gov
(jared.zinsmeister@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Page 6 of 6 The Department of Veterans Affairs Puget Sound Healthcare System Seattle VA Medical Center has a requirement for calibration of pipettes. The VA is intending to establish a Firm Fixed Price base year, plus four (4) option year(s) contract. The objective of this Sources Sought will be to determine the number of Service Disable Veteran Owned Small Business (SDVOSBs), Veteran Owned Small Business (VOSBs), and other Small Business (SBs) that can potentially meet this requirement. The NAICS code is 811219 Other Electronic and Precision Equipment Repair and Maintenance. Size Standard is $20.5 million. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, veteran owned small business/service disabled veteran owned small business or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominated in the field of operation in which it is proposing on Veterans Administration contracts and with its affiliate. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Respondents will not individually be notified of the results of any Government assessments. The Government s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and current within VetBiz. Visit www.vetbiz.gov for details. The information submitted shall contain the company s business size status. This is a request for information and sources only, which may or may not lead to a future solicitation! This is not a request for proposal (RFP). The VA will not pay for any information received resulting from this sources sought notice. Requests for copies of a solicitation shall not be honored or acknowledged. Information should be forwarded to the Contract Specialist. Because this is a request for information only, answers to questions will not be posted. If your organization can provide these services and is interested in this opportunity, please respond to Jared Zinsmeister, Contract Specialist, Department of Veterans Affairs, NCO 20, 5115 NE 82nd Avenue, Suite 102 Vancouver, WA 98662 or via e-mail at jared.zinsmeister@va.gov with a statement describing your capabilities. The capability statement shall include a point of contact, complete mailing address, telephone number, email address and state the company s business size status. Any questions shall be addressed to the Contract Specialist, in writing, at the email address provided. The deadline for this information is 2:00 PM Pacific Standard Time, Wednesday February 14, 2018. STATEMENT OF WORK 1. General The Department of Veterans Affairs Puget Sound Healthcare System Seattle VA Medical Center has a requirement for calibration of pipettes. The VA is intending to establish a Firm Fixed Price base plus four (4) option year contract. The objective of this Sources Sought will be to determine the number of Service Disable Veteran Owned Small Business (SDVOSBs), Veteran Owned Small Business (VOSBs), and other Small Business (SBs) that can potentially meet this requirement. 2. Scope of Work a. Preventative Maintenance of pipettes listed below (See INVENTORY OF PIPETTES): to include all parts and labor necessary to repair/replace the listed equipment for all damages incurred to the devices during the contracted period. b. The contractor shall furnish and replace parts to meet equipment specifications. The contractor must have ready access to all replacement parts. Contractor shall maintain a sufficient stock of all parts (meeting manufacture's design and specification) needed for repair and maintenance of the equipment or be able to secure needed parts within Two (2) calendar days. All parts supplied shall meet manufacturer approved specifications. The contractor shall use new parts only. c. Report will be acceptable electronically or paper format stating service provided and outcome of repaired equipment. d. Contractor shall provide Level 2 Preventative Maintenance and Calibration of pipettes listed below and furnish an individual Service Report with sample test outcomes. 3. Specific Tasks: Selected vendor must be able to provide full contract support immediately upon award of a resulting order. Vendor will provide full maintenance support for the items listed in below. This contract shall provide for maintenance services for which the item to be repaired will be sent to the vendor for repair. a. The Contractor shall comply with Federal, State, and Local Laws, plus any Federal Regulations as applicable to the performance of this contract. b. The Contractor shall not accept any instructions issued by any person employed by the U. S. Government, other than: the Contracting Officer (CO), or the Contracting Officers Technical Representative (COTR), all acting within the limits of their authority. c. The Contractor shall be qualified / authorized by the Original Equipment Manufacturer (OEM) to perform Preventative Maintenance and Repair Support of all Pipettes listed within this contract. Contractor shall maintain qualifications throughout entire contract period. Qualification includes but not limited to the certification of all repair persons and repair facilities by the OEM as being trained / qualified to perform required repairs. The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance. Inventory of Pipettes Serial Number Mfg Model Test Plan 408593 Eppendorf 200ul Fixed 1206563 Eppendorf 25ul Fixed 1206653 Eppendorf 100ul Fixed 1211193 Eppendorf 100ul Fixed 1255063 Eppendorf 500ul Fixed 1256843 Eppendorf 100ul H/L 2113831 Eppendorf 100ul H/L 2445973 Eppendorf 300ul Fixed 2538123 Eppendorf 200ul H/L 3612383 Eppendorf 1000ul Fixed 3612513 Eppendorf 500ul Fixed 4384191 Eppendorf 500ul Fixed 4440631 Eppendorf 200ul Fixed 4879682 Eppendorf 100ul H/L 4927002 Eppendorf 1000ul H/L 4927662 Eppendorf 1000ul H/L 4962482 Eppendorf 100ul Fixed 22101001 Socorex 100ul 100 & 60 23021011 Socorex 200ul 200 & 100 23031011 Socorex 50ul 50 & 10 A0101714A Rainin 1000ul H/L A0102504A Rainin 200ul H/L A0102664A Rainin 200ul H/L A0102665A Rainin 200ul H/L A0102666A Rainin 200ul H/L A0102671A Rainin 200ul H/L A0103718A Rainin 200ul H/L A0104051A Rainin 20ul H/L A0104080A Rainin 1000ul H/L A1100522E Rainin 1000ul H/L A1100825E Rainin 5000ul variable B0804772A Rainin 20ul H/L B0805206A Rainin 20ul H/L B0805208A Rainin 20ul H/L B1101347A Rainin 200ul H/L B1105433A Rainin 1000ul H/L B1106550A Rainin 1000ul H/L B1106739A Rainin 1000ul H/L D1077485A Rainin 20ul H/L E0300651E Rainin 1000ul H/L E0301617E Rainin 1000ul H/L F0103241A Rainin 2ul H/L F0103291A Rainin 10ul H/L F0103365A Rainin 2ul H/L F0104407A Rainin 1000ul H/L F0104559A Rainin 1000ul H/L F0307651A Rainin 200ul H/L F0308157A Rainin 20ul H/L F0502393A Rainin 100ul H/L G0206525A Rainin 100ul H/L GH92034 Finnpipette II 5000ul variable GH92040 Finnpipette II 5000ul variable H0303395A Rainin 200ul H/L H0310130A Rainin 20ul H/L H0505134A Rainin 1000ul H/L H0505139A Rainin 1000ul H/L I0404506A Rainin 100ul H/L I0818665E Rainin 10,000ul H/L I0819698E Rainin 5000ul variable I0820165E Rainin 5000ul variable J0203169A Rainin 200ul m8 H/L J0204887A Rainin 200ul m8 H/L J0672477E Rainin 1000ul H/L J0672482E Rainin 1000ul H/L J0672759E Rainin 5000ul variable J0672766E Rainin 5000ul variable J0745090E Rainin 1000ul H/L K0201522E Rainin 1000ul Variable K0202574E Rainin 200ul H/L K0202616E Rainin 200ul H/L K0202617E Rainin 200ul H/L K0204656A Rainin 10ul H/L K0204684A Rainin 10ul H/L K0210534A Rainin 200ul H/L L0001183A Rainin 100ul H/L L0002884A Rainin 200ul H/L L0002885A Rainin 200ul H/L L0934368A Rainin 20ul H/L L0934629A Rainin 20ul H/L L0936158A Rainin 20ul H/L L0938748A Rainin 1000ul H/L L0938771A Rainin 1000ul H/L M16600C Eppendorf 1000ul H/L N57278H Gilson 100ul variable N57278N Gilson 100ul H/L P10640C Eppendorf 500ul REP P27408C Eppendorf 20ul H/L P27578C Eppendorf 200ul H/L P28307C Eppendorf 1000ul H/L S56655K Gilson 200ul H/L S56655K Gilson 200ul H/L W1330 Eppendorf 500ul REP X022 Eppendorf 500 REP
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/9397/listing.html)
 
Document(s)
Attachment
 
File Name: 9397 9397.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4072210&FileName=9397-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4072210&FileName=9397-000.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: Puget Sound VAMC;1660 South Columbian Way;Seattle, WA
Zip Code: 98108
 
Record
SN04817525-W 20180210/180208231831-1d49ad58feefe907caed7e8b3f0a68f8 (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.