The RFP Database
New business relationships start here

Service Agreement for Symphony , Benchmark Staining Module full System.


Vermont, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

PREVENTIVE MAINTENANCE AND SUPPORT SERVICES ON VENTANA SYMPHONY AND BENCHMARK XT ULTRA STAINING SYSTEMS

FOR THE WEST ROXBURY, MA VAMC. THIS IS A SOURCES SOUGHT NOTICE ONLY. This announcement is seeking information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. THIS IS STRICTLY MARKET RESEARCH. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely Service Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) in accordance with the requirements of Public Law 109-461. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN) 1 has a requirement for a Contractor to furnish all labor, materials, to include tools and apparatus, equipment, transportation, supervision, permits and disposal necessary to perform maintenance, repairs, upgrades and parts for the Equipment listed:

VISN 1 VA Facilities: VA Medical Center, Boston MA, West Roxbury Campus

The work shall include annual upgrades, preventive maintenance, repairs and emergency responses. The vendor must demonstrate that they can adhere to 48 CFR 52.219-14 - Limitations on Subcontracting via a set-aside. The vendor must also demonstrate they are competent and certified by the OEM to work on the listed equipment. The vendor shall possess past performance of at least 3 years at other VA facilities working on the exact equipment listed. All services shall be done on site.

The contractor will be required to work directly with Clinical Engineering and equipment shall be 100% operational at all time unless otherwise specified. All equipment must be free of debris, clean and safe to operate at all times.

All contractors with interest meeting the requirements identified in this notice should submit the attached area of consideration with their response. Limitations on Subcontracting, the prime contractor must perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required to submit a response under this sources sought synopsis. The intent of the Sources Sought is to identify SDVOSB s or VOSB s the can perform the work. This notice is to identify a vendor that can service the equipment listed. A set-aside will not be done in the event that no SDVOSB s or VOSB s show interest. The NAICS Code is 811219 and the size standard is $22.5 Million.B All contract work shall be completed through individual Firm Fixed Price (FFP) awarded for each requirement in accordance to the statement of work. This award will include a wage determination in accordance with the Service Contract Act if not exempt. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) capable of performing the requirements to warrant a solicitation set-aside. Registration may be accomplished at http://www.vip.vetbiz.gov/. All interested firms must be registered in VETBIZ.GOV and Verified by VA CVE and registered in Sams to be eligible for award of Government contracts. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance for servicing the equipment listed to include references with current point of contact and phone number); (3) proof of registration in the VA Vet Biz website and verification by VA Center for Veterans Enterprise (CVE) or intention of registration prior to submission of offers to a solicitation; (4) include socio-economic status to identify business as being an SDVOSB, VOSB, SB, Woman Owned, etc. (5) completed area of consideration form; and (5) any other pertinent company documentation.

The response date to this Sources Sought notice is October 17, 2016 at 1300 pm. This market research is for informational and planning purposes only to determine if a SDVOSB or VOSB set-aside is appropriate. This is not a solicitation and does not obligate the Government to issue a solicitation. Please be advised the Government will not pay any costs for responses and information submitted. All submissions are acceptable via Krisanne.Rivera@va.gov.

RESULTS INFORMATION: Respondents will not be notified of the results and it is at the discretion of the government to utilize results. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement.

The official notice will be issued on Federal Business Opportunities www.fbo.gov.

List of Equipment to be serviced at the West Roxbury MA VAMC


SYMPHONY staining module serial# 390086
SYMPHONY staining module serial# 910106
Benchmark XT staining module serial# 712521
Benchmark Ultra staining module serial #311199
BenchMark ULTRA staining module serial #316131
Component Serial # s (CPU, printer, monitor, label printer)
MY8561R1HH, 930548, 930555, 930554, 940340, 940349, 950297

Krisanne Dernago

Krisanne.Rivera@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP