Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2025 SAM #8593
SOURCES SOUGHT

J -- 648-25-1-105-0064 NEW MALDI

Notice Date
6/4/2025 9:21:46 AM
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
 
ZIP Code
98661
 
Solicitation Number
36C26025Q0610
 
Response Due
6/16/2025 10:00:00 AM
 
Archive Date
07/01/2025
 
Point of Contact
Christian Bianchi, Contract Specialist
 
E-Mail Address
christian.bianchi2@va.gov
(christian.bianchi2@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice THIS IS A SOURCES SOUGHT NOTICE ONLY. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE in support of the Portland VA Medical Center, is for market research purposes and planning purposes only, and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside. The intended contract is firm-fixed price. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code. Current documented OEM Authorized Distribution Letter from the manufacturer for this service is required. 2) The applicable size standard will be based on the anticipated North American Industry Classification System (NAICS) code 541690. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the items listed below. 3) The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought notice. 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. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration VetCert Registry located at https://veterans.certify.sba.gov. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Current documented OEM Authorized Distribution Letter from the manufacturer for this service is required. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at sam.gov or GSA eBuy. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on vendors who can provide Bruker MALDI Biotyper CA System preventative maintenance service in accordance with the Statement of Work below. This is an Unrestricted/Open Market Request for Information/Sources Sought Notice. STATEMENT OF WORK (SOW) 1. Background The Portland VA Medical Center (PVAMC) requires a full-service contract to ensure that the Bruker MALDI (SN 860346403144) is in proper operating condition and meet manufacturer s specifications for use. This contract includes parts, labor and travel for corrective maintenance, and one PM on each unit per contract year. 2. Scope All work is to be performed on the Bruker MALDI located at the Portland VA Medical Center. 3. Specific Tasks General Requirements: Included services: a. Unlimited onsite emergency service visits. b. Onsite response of three to five (3-5) business days: Monday-Friday 8:30 AM-5:00 PM. c. Spare parts, labor & travel. d. One Planned Maintenance (PM) visit with complete inspection of listed instrumentation. Service (work) includes labor, travel, a PM kit, complete inspection of the instrument with cleaning. Includes one additional PM or cleaning if necessary and diagnosed by a Bruker remote support engineer. e. Wear & tear parts (e.g. lasers, detectors, tubes, pumps). f. High Priority Remote Support during normal business hours. This includes call back within 1 hour during business hours, 2 hours after hours, unlimited phone calls and unlimited remote desktop support or unlimited augmented reality support (virtual engineer). Extended technical support hotline is available from 5:00 PM to 12:00 AM weekdays and 9:00 AM to 9:00 PM on weekends and holidays. g. Compass and Data Analysis software updates and upgrades, library updates. Bruker proprietary software only. Excluded services: a. Hardware necessary to upgrade system compatibility. b. Requalification (IQ/OQ/PV) is not included in this contract. c. Contract does not cover the following items unless otherwise stated: Printers, Robotics, Galaxies, non-Bruker instruments or consumables (Capillaries, Targets, Chemicals, etc.). d. Relocation. e. All 3rd party software and software subscriptions. Excludes any license subscriptions. Major revision changes or upgrades may include a fee. f. Further exclusions are noted in the Terms and Conditions. 4. Performance Monitoring The tasks are well defined and can, therefore, be easily monitored by the Government point of contact (POC), who shall represent the government for this process. The contractor performance will be monitored and the work certified by the POC. The POC will assure contractor quality by routine inspections, product sampling, and monitoring of work while work is being performed. 5. Security Requirements All contractor employees are subject to the same level of investigation as VA employees who have access to VA sensitive information or access to VA facilities. The background investigation includes the following requirements: 1) Completed documentation 2) Fingerprints 3) Completion of OPM s e-QIP Questionnaire. The Contractor is required to fulfill all of the security requirements. The Contractor, upon completion of fingerprinting, and an initial suitability determination, may be authorized tentative access to start the performance period of the contract, but only on condition of completion of all security requirements. This requirement is applicable to all subcontractor personnel requiring the same access. The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. 6. Other Pertinent Information or Special Considerations. The contractor shall provide service engineers that have specialized experience with MALDI. The contractor s service engineers must be original equipment manufacturer (OEM) trained. The contractor s service engineer shall have fast access to parts, elevated troubleshooting assistance, and regional support. The contract shall execute a non-disclosure agreement. The contractor s service engineers will not have any access to view PHI/PPI. Any on site repairs or maintenance must be coordinated in advance On-site representatives must check in and out with Biomedical Equipment Support Specialist located in B1D106-100-P. 7. Inspection and Acceptance Criteria. The POC is responsible for certifying that the work done under this contract is performed to standard. The POC is also responsible to assure the inspection and acceptance of products provided incidental to services. 8. Place of Performance. Work will primarily be performed at the PVAMC. 9. Period of Performance. This is for a period of one year to be scheduled at time of award. Preliminary POP is 7/1/2025-6/30/2026. If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to christian.bianchi2@va.gov by 10:00am PST on June 16, 2025. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bd009d8f3f634ebb8c5fa8d7195c1e87/view)
 
Place of Performance
Address: Department of Veterans Affairs Portland VA Medical Center 310 SW US Veterans Hospital Rd, Portland, OR 97239-2964, USA
Zip Code: 97239-2964
Country: USA
 
Record
SN07466344-F 20250606/250604230053 (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.