Description
Notice of Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified
Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and Small Businesses interested and capable of providing the services requested, as well
as any large businesses. The results from this source sought notice will be used to determine the appropriate set-aside. The intended contract is a firm-fixed price service contract. The
SBA Non-Manufacturer Rule is not applicable as the intended contract is for services. The Department of Veterans Affairs, NCO20 is looking for manufacturer authorized service providers
with access to OEM parts of the following requirement: Preventative maintenance and repair of Leica Bond-Max Processing Module for Boise VA Medical Center in accordance with Statement of
Work below. Equipment to be serviced: Bond-Max Processing Module Equipment No.: 12658970 Serial No.: M496203 Statement of Work: 1. Contract Title. Maintenance and Repair Service for the
Boise VA Medical Center s (BVAMC) Leica Bond-Max Processing Module. 2. Background. Biomedical Department does not have the necessary specialized tools and training to perform maintenance,
repair of the Leica Bond-Max Processing Module system. The Unit is currently under a contract that expires on 1/4/2024. Qualified Service is required to maintain the devices to
Manufacturer s specifications. The equipment is located in the BVAMC s Laboratory Service. Sensitive Patient Records will not be viewed as a result of this requirement. Access to the
controlled area will be provided by POC, Laboratory Staff, Police Service, or another designated and authorized BVAMC employee. 3. Scope. Contractor shall furnish all supervision, labor,
travel, equipment, parts, and supplies to furnish preventative maintenance services, and repair services for the Leica Bond-Max, System with SN M496203. All equipment is located at the
BVAMC Laboratory Service Department, Building 85. Emergency Repair service will be provided from 08:00 AM to 05:00 PM Monday through Friday. 4. Specific Tasks. Emergency repair service
from the hours of 08:00AM 5:00PM Monday through Friday. Labor, travel and replacement parts, as required, excluding consumable items. 1 PM per period at customer request. Technical
Support - Phone, Email, and Web 100% Service labor and travel included 100% Certified OEM Replacement repair parts included Priority service scheduling Reliability Updates 5. Performance
Monitoring Performance will be monitored by periodic inspections and observation of work. Work will be observed by the POC, or designee, during performance of scheduled maintenance
service and inspections and/or during repair service. Equipment operators will be contacted to report on contractor performance when POC, or designee, is not available. 6. Security
Requirements. The C&A requirements do not apply and a Security Accreditation Package is not required. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
No Government supplied Equipment or Information is required or anticipated. 8. Other Pertinent Information or Special Considerations. Only Manufacturer Trained Service
Engineers/Technicians or Manufacturer Authorized Service Engineers/Technicians will perform services and repairs. a. Identification of Possible Follow-on Work. No Follow-on work is
anticipated. b. Identification of Potential Conflicts of Interest (COI). No Known COI c. Identification of Non-Disclosure Requirements. Contractor will not have access to Sensitive or
Proprietary Information. Any Patient Information that may have been observed during the course of the work must not be discussed, or shared, with anyone beyond the Laboratory Service
Staff or any person who does not have the need to know such information. d. Packaging, Packing and Shipping Instructions. N/A e. Inspection and Acceptance Criteria. POC, or designee, will
verify that the unit is working within Manufacture s specifications after completion of service or repair. 9. Risk Control. The Contractor shall obtain all necessary licenses and/or
permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract.
Contractor shall be responsible for any injury to any contractor representative, or others, as well as for any damage to personal or public property that occurs during the performance of
this contract that is caused by the contractors fault or negligence. In the event that Patient Information may have been observed during the performance of work, the Contractor will not
discuss any patient issues that may have been observed during the course of the work. 10. Place of Performance. All service will be performed at the BVAMC Laboratory Service. 11. Period
of Performance. Base Period: 01/05/2024 - 01/04/2025 Option Year 1: 01/05/2025 - 01/04/2026 Option Year 2: 01/05/2026 - 01/04/2027 Option Year 3: 01/05/2027 - 01/04/2028 Option Year 4:
01/05/2028 - 01/04/2029 12. Delivery Schedule. Service Reports will be emailed or faxed to POC by the 5th workday after completion of the work. Required Information in Response to Sources
Sought: In order to be considered a valid source that can impact the set-aside determination of a possible future solicitation, potential contractors shall provide, at a minimum, the
following information to peter.park2@va.gov by below response deadline. 1) Company name, address, and point of contact, phone number, e-mail address, and UEI. 2) Please identify your
company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 811210 Laboratory Instrument t Repair and Maintenance Services. To be considered
a small business your company must have less than 34 million dollars in average annual receipts. This notice is to determine the marketplace for this specific requirement. Please check
one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers
[ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a
solicitation on this project must provide a SBA certification and be registered with U.S. Small Business Administration Veteran Small Business Certification (VetCert) located at
https://veterans.certify.sba.gov/. 4) Only authorized service representatives/providers of the manufacturer with access to OEM parts will be considered. No used, refurbished,
remanufactured, or counterfeit parts will be allowed. Please provide a proof of authorized service provider letter from manufacturer stating you have access to OEM parts for repairs. 5)
Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. (Base + 4 Option Years) 6) Capabilities Statement addressing
the requirements in the Statement of Work to include: References for similar services currently being provided or previously provided at the required service levels as outlined in the
Statement of Work. Evidence of OEM training received by service engineers if applicable. 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). Service Address: Boise VA Medical Center
Laboratory Service 500 W Fort St Boise, ID 83702 Point of Contact: Peter Park Contracting Officer peter.park2@va.gov Response Deadline: 10/30/2023 by 3:00pm Pacific Time