The RFP Database
New business relationships start here

Bruker Maldi Biotyper PM and Svc


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

This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of your company s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Source Sought Notice.

This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the service requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a
capability response that addresses the specific requirement identified in this Sources Sought.

The Veterans Health Administration (VHA) is seeking to obtain Annual preventative maintenance and repair service on the Maldi Biotyper System for the VA Medical Center, West Haven, CT facility. The services shall be provided in a state-of-the-art civilian medical facility. The standard of services shall be of quality; meeting or exceeding those outlined in the licensing and accreditation section as described below. Contactor policies and procedures shall comply with Health Insurance Portability and Accountability Act (HIPAA).
Refer to the General Requirements section below for the requested service description. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy.

Background:

The VA Connecticut Veterans Health System maintains an annual service contract on the Maldi Biotyper System in the Laboratory department at the West Haven, CT campus.

Objective:

This service contract is an annual preventative maintenance and repair service on the Maldi Biotyper System in the Laboratory department. This service contract is to ensure safe and reliable medical equipment while meeting all safety requirements and to ensure all equipment is operating to the manufacturer s specifications. This shall be completed to ensure maximum uptime with minimal impact on patient care.

Scope of Work:

Scheduled Preventative Maintenance and Emergency repairs shall be conducted to ensure all medical equipment is operating with in manufacturer s specifications and functioning at maximum efficiency.

VA Connecticut Healthcare System
950 Campbell Ave.
West Haven, CT 06516

EE# 85440
S/N: 269944.00459
Manuf: Bruker Dlatonics Inc.
Model: MICROFLEX LT/SH

EE#105980
S/N: 826994403644
Manuf: Bruker Dlatonics Inc.
Model: MICROFLEX LT/SH

Deliverables:

1 (One) Planned Maintenance (PM) visits per year per device with complete inspection of listed instrumentation
Parts, labor, travel. Exclusions noted in the Terms and Conditions.
Software Upgrades. Excludes hardware necessary to upgrade system compatibility.
1 (One) cleaning visit or 1 (One) additional PM shall be inclusive after a technical expert recommends a cleaning or PM for each of the contracted systems
Onsite response of 1 (ONE) Business Days: Monday-Friday 8:30am-5pm for device EE# 85440 with S/N: 269944.00459.
Onsite response of 1 (ONE) Business Days: Monday-Saturday 8:30am-5pm for device EE#105980 with S/N: 826994403644
Depot unit available for next day shipping in case of long downtime for device EE#105980 with S/N: 826994403644.
Unlimited onsite emergency service visits for both devices
Hotline number for applications/technical service during normal business hours; Technical support hotline outside normal business hours of 5PM-12AM EST weekdays, 9AM -9PM EST on weekends and holidays. Any other than the included PM /cleanings visits will be sold separately. Parts exclusions are noted in the Terms and Conditions.
For IVD/ CA system, software and library are registered/ approved and cleared for use with registered/ approved Bruker CARE products. The use of non-Bruker reagents and consumables is therefore not permitted and is consequently leading to immediate invalidity of this contract. In this case contract fees will not be reimbursed.
Contract does not cover the following items unless otherwise stated: Data systems (PC), Monitors, Printers, Robotics, Galaxies, Pilots, non-Bruker instruments or consumables (Capillaries, Targets, Chemicals, etc.). For Relocation of instrument please contact Bruker. Relocation of an instrument under contract may void the contract. Discount on relocation may apply.
All work will be performed by Bruker Daltonics OEM factory-certified Field Service Engineer.

Qualifications/Certifications:
All work shall be performed by Bruker Daltonics OEM factory-certified Field Service Engineer. A certificate of MALDI Biotyper System technical training completion by the Field Service Engineer may be requested at any time during the contract.

Safety Regulations:
All applicable safety regulations shall be observed during all work of this contract.
The VA Safety Officer shall have full authority to see that the contractor obeys all safety rules and regulations relative to the fulfillment of this contract.

Scheduling and Hours of Work:
All work in areas involved shall be scheduled with the Laboratory s Biomedical Equipment Support Specialist, in Clinical Engineering (or designee) and the staff in the Laboratory area.
All contractors must first sign in at the Clinical Engineering Office in Building 1, 2nd floor Rm. 2-101.

RESPONSE COMMITMENT
I. NOTES:

A. All questions, comments or concerns shall be directed to Krisanne.Rivera@va.gov
B. Submittals furnished will not be returned to the sender. No debriefs will be conducted.
Eligibility to participate in a future acquisition does not depend upon a response to this
notice.
C. Proprietary information is neither requested nor desired. If such information is
submitted, it must clearly be marked "proprietary" on every sheet containing such
information, and the proprietary information must be segregated to the maximum extent
practicable from other portions of the response (e.g., use an attachment or exhibit).

II. TIMELINE:

A. This request will close 3 business days after this notice is published on the FBO site.

III. Requested information:

Interested parties shall provide the following information in addition to your capability response:

A. Format:

1. MS Word or pdf format (please ensure email is under 5 mb)
2. Page limit 2-4 pages (please make the response as brief and concise as possible)
3. Company name and Sources Sought number listed on each page

B. Specifics:

1. In your response, please provide the following information based on the
requirement.
a. Your company s capability of fulfilling this requirement as it is
described.
2. Please also provide name of company, company address, a contact person s
name, telephone number, fax number and email address.
3. DUNS number, and indicate if actively registered on System for Award
Management (SAM)
4. Contractual vehicles the company holds, such as NAC or GSA schedules.
5. Socio-economic Status & NAICS Code: State the size of your company [e.g.,
8(a) (including graduation date), HUBZone-certified small business, Service-
Disabled Veteran-Owned small business, small business, large business, etc.].


Notes:

1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission.

2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government.


The Department of Veteran Affairs Contracting Office Point of Contact:
Krisanne Dernago
Contract Specialist
Email: Krisanne.Rivera@va.gov

Krisanne Dernago

Krisanne.Rivera@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP