Federal Bid

Last Updated on 24 Jul 2015 at 8 AM
Sources Sought
New york New york

J--Repair and Maintain a Becton Dickinson (BD) FACS Equipment.

Solicitation ID VA24315N0957
Posted Date 20 May 2015 at 5 PM
Archive Date 24 Jul 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Veterans Affairs
Agency Department Of Veterans Affairs
Location New york New york United states 10010
Synopsis: Please note that this is NOT a request for quotes or proposals. The Government is seeking information for market research purposes only. The Department of Veterans Affairs, VISN 3, Network Contracting Office 3 (10N3NCO) is currently conducting a market survey for firms capable of providing the following service: - Repair and Maintain a Becton Dickinson (BD) FACS Canto Equipment Model: BD FACSCanto Flow Cytometer Serial Number: V07300038 1. Background: BD FACS machine was idle for more than 10 months. This period of inactivity has affected the machine, resulting in it not being fully functional. BD FACS Canto machine is critical for research at the Manhattan VA Medical Center, which focuses on further study of the thromboregulatory enzyme CD39/NTPDase1. 2. Requirements: a. Contractor shall provide all resources including but not limited to labor, equipment, tools, materials, preventive maintenance service, and parts necessary to accomplish repair and maintenance and other deliverables described in this statement of work (SOW), except as may otherwise be specified. b. Contractor shall ensure the equipment functions in conformance with the latest published editions of NFPA-99, OSHA, CDRH and Manufacturer Conformance Standards. All parts supplied shall be compatible with existing equipment. The contractor shall use the Original Equipment Manufacturer (OEM) new parts only. Contractor coverage the following but not limited to: priority scheduling for service calls priority remote service response, equipment planned maintenance services per Original Equipment Manufacturer (OEM) specification performed during standard hours of coverage, proprietary operating system software enhancements without hardware changes, unlimited technical services & clinical applications telephone support, remote service, utilization reports and on-board system diagnostics. c. Contractor shall have access to the Original Equipment Manufacturer (OEM) software and shall properly install and test in accordance with OEM standards. Contractor shall have access to factory diagnostic software tools which resides in the system and access to the latest factory-issued circuit and software revisions and updates. Contractor shall provide experienced, qualified, and factory-trained Field Service Engineers (FMS) who has full understanding of the entire system to provide maintenance inspections and comply with repair requirements. d. All repairs and maintenance includes unlimited visits from a BD service technician 24/7. Contractor must respond to the Biomedical Engineering Designee and/or Contracting Officer Representative (COR) with a phone call within [two (2) hours] [24 hours per day], after receipt of telephoned service call notification. e. All parts supplied shall be compatible with existing equipment. The contractor shall use OEM new parts only. New parts shall be furnished by the contractor and guaranteed against defects and/or failure for a period of 1 year from the date of completed installation of the component. Used parts, shall not be installed without approval by the COR. f. Government property shall remain the property of the Government in all respects, including but not limited to hard drives; ePHI (electronic patient healthcare information), etc. Parts replaced become the property of the Government. The contractor shall take all reasonable precautions, as directed by the Government, or in the absence of such direction, in accordance with sound industrial practices, to safeguard and protect Government property. The North American Industry Classification Systems (NAICS) is 811219. Responses to this notice must be submitted in writing via email and must be received not later than Monday, May 25, 2015, 4:00pm EST. No telephone inquiries will be accepted. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 811219. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities for which you have provided services to, proof of applicable certification. DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). Responses to this notice must be submitted in writing, and received not later than Monday, May 25, 2015, 4:00 pm EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: [email protected]. No telephone inquiries will be accepted. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Bid Protests Not Available

Similar Past Bids

Silver spring Maryland 12 Jul 2021 at 8 PM
East orange New jersey 29 May 2015 at 7 PM
Washington District of columbia 11 Sep 2006 at 4 AM
North little rock Arkansas 27 Feb 2025 at 1 PM

Similar Opportunities

Saint clair Michigan 07 Jul 2025 at 6 PM
Saint clair Michigan 14 Jul 2025 at 6 PM
Washington District of columbia 01 Aug 2026 at 4 AM (estimated)
Washington District of columbia 01 Aug 2026 at 4 AM (estimated)
Washington District of columbia 01 Aug 2026 at 4 AM (estimated)