Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 22, 2025 SAM #8609
SOURCES SOUGHT

J -- Maintenance & support of Avidity Watchdog

Notice Date
6/20/2025 12:03:13 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
 
ZIP Code
98661
 
Solicitation Number
36C26025Q0670
 
Response Due
6/30/2025 12:00:00 PM
 
Archive Date
07/07/2025
 
Point of Contact
Nick Heintz, Contrcat Specialist, Phone: 509-434-7000 EXT 2148
 
E-Mail Address
Nicholas.heintz@va.gov
(Nicholas.heintz@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this Sources Sought Announcement must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. 1. Contract Title. Service Contract for Avidity Science Environmental Monitoring System for the Veterinary Medical Unit (VMU) at VA Puget Sound Health Care System Seattle division. Background. Federal regulations (VHA Directive 1200.07, p15) require that we maintain strict parameters for environmental temperatures, humidity and lighting cycles in the VMU. Room sensors and controllers are installed in all animal housing rooms throughout the 3 buildings of the VMU and are wired into a main controller panel. The controller software is maintained on a government-owned virtual server purpose-built for the software. We have used the Watchdog environmental monitoring system to maintain proper temperature and lighting cycles and to monitor these parameters remotely for the past 20 years. The system notifies VMU and Physical Plant personnel when any monitored environmental parameter falls outside of the limits set forth in the regulations. This requirement is for the service of our current Avidity PULSE monitoring system and the upgraded system Watchdog EX Local that is underway 4. Scope. The contractor shall provide all necessary travel, labor, materials, tools, documentation, and parts required for semi-annual maintenance and repairs for the Avidity Science PULSE/ Watchdog EX environmental monitoring system at the Veterinary Medical Unit at VA Puget Sound Health Care System Seattle division only. 5. Specific Tasks. Preventive Maintenance Services for designated equipment will be performed Twice per year. These include verification, calibrations, adjustments, repairs and/or replacement of worn/defective parts due to normal use and conditions. Deliverables: A Preventive Maintenance report will be completed for each visit and presented to an authorized company representative for approval. An original copy signed by both parties will be given to the representative. a. Parts charges are either included in the agreement or are invoiced separately depending on the selection from table 1 below. Purchase orders are required for any additional parts not included in the service agreement. Deliverables: replacement parts as described in Table 1. The annual Service visit will be completed within 90 days of contract start date for all equipment detailed on the Scope of work page. Calibrations, adjustments, repairs, and applicable Preventive Maintenance services will be done on covered components. Deliverables: A Preventive Maintenance report will be completed for each visit and presented to an authorized company representative for approval. An original copy signed by both parties will be given to the representative. The interim service visit will be completed approximately (6) months after the annual visit for all equipment detailed on the Scope of work page. Calibrations, adjustments, repairs, and applicable Preventive Maintenance services will be done on covered components. Deliverables: A Preventive Maintenance report will be completed for each visit and presented to an authorized company representative for approval. An original copy signed by both parties will be given to the representative. Telephone Technical Support - A toll free number will be available to reach a Technical Support Representative during regular working hours, to leave messages for Technical Support after hours and to page a Technical Representative in emergency situations (24 Hours/Day, 7 Days/Week). Parts replacement: 1. If selected on from table below, all replacement parts needed during the contract period to keep the system operating within specifications will be furnished except consumables such as printer paper and ribbons, filter cartridges, chlorine, etc., which must be supplied by customer. 2. Factory rebuilt boards (PCB) and components will be used at Avidity Science's discretion. Defective/repaired parts must be returned to avidity science for exchange unless directed otherwise by a designated Avidity science representative. 3. On contracts outside of the United States, the costs associated with shipping, duties, and/or taxes are not included in the price of the service agreement. In the United States, all covered shipping is Ground only. Extra charges will apply for priority/rush shipments. 4. This contract covers installation of parts during the Preventive Maintenance visits only. At all other times, the Customer is responsible to self-install necessary parts. If customer requires Avidity science to install parts outside of the normal Preventive Maintenance visit, the purchase of an additional service call is needed. If you are interested and capable of providing the required or comparable product(s) please provide the following information: Company: Contact Name: Phone No: Email: UEI: Business size information Select all that applies: Small Business Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HubZone Woman Owned Certified Service-Disabled Veteran Owned Small in Vetbiz.gov Certified Veteran Owned Small Business in Vetbiz.gov Large Business Other:____________ Is your company considered small under the NAICS code:811210? Yes No Is your company an FSS/ GSA Contract Holder with referenced items/solutions on your contract? Yes No FSS/ GSA Contract Number that would be used for this contract. Effective Date / Expiration Date Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. Not applicable List: General pricing for your products/solutions for market research purposes. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Sources Sought Announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses. However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811210. After review of the responses to this Sources Sought Announcement, a solicitation may be published on the sam.gov or GSA eBuy websites. Responses to this Sources Sought Announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this Sources Sought Announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be listed as SDVOSB under NAICS code 811210 on VetCert database (https://veterans.certify.sba.gov/) or listed in the Small Business administration (SBA) (Dynamic Small Business Search) Responses to this notice shall be submitted via email to Nicholas.Heintz@VA.gov Subject Line: Watchdog Service. Telephone responses will not be accepted. Responses must be received no later than 06/30/2025 1200 PST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/88c7f85698fd4db58105937e3b72dfeb/view)
 
Place of Performance
Address: Puget Sound VA Medical Center 1660 S Columbian Way Seattle, WA 98108
 
Record
SN07484336-F 20250622/250620230043 (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.