Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2025 SAM #8504
MODIFICATION

J -- Alere Accu-check Abbott Annual Service Maintenance Agreement

Notice Date
3/7/2025 10:02:42 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26125Q0350
 
Response Due
3/13/2025 1:00:00 PM
 
Archive Date
05/12/2025
 
Point of Contact
Larry A Facio, Contract Specialist, Phone: 916-923-4553
 
E-Mail Address
Larry.Facio@va.gov
(Larry.Facio@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY The intent of this Sources Sought Announcement is to assist in our decision-making process for services procurement. This is not a solicitation, nor request for quotes or proposals. Through the receipt of responses, this will enable a more precise type of procurement process. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award of a contract, nor does it restrict the Government to a particular acquisition approach. Any inquiries are to be made in writing by email to the point of contact, Larry Facio, Contracting Officer. Responses to this notice shall be sent by email to larry.facio@va.gov by the due date and time of 03/13/2025 by 1:00 p.m. (Pacific Time). Upon receipt of capabilities statement, Contracting Officer may request additional market research aide such as informal pricing. REQUIREMENTS/SCOPE: Annual Service Maintenance Agreement for Abbott RALS REQUIREMENTS/SCOPE: The Abbott RALS Accu-Chek Point of Care analyzers owned by VA Southern Nevada Healthcare System are necessary to maintain due to their complexity and clinical importance. These units require an HL7 interface that must be supported by a technology license that VASNHS cannot provide. Place of performance is VASNHS Medical Center 6900 N Pecos Rd North Las Vegas, NV, 89086, and all VASNHS Supported Outpatient Clinics. The equipment and licenses included in the service agreement are: Accu-chek Inform II Module Qty 1 Meters/Instruments/Analyzers Qty 79 RALS-Web3 Browser Based Remote Access Qty 1 Results Interface: LIS HL7 Un-solicited Results Qty 1 ADT Interface: ADT In-Hospital Patient Verification Qty 1, ADT In-Unit Patient Verification w/PPI Qty 1. SPECIFIC TASKS: Service Technician Personnel: All equipment service-related activities need to be performed by technicians approved by the original manufacturer for service of the Abbott RALS Accu-chek Systems. Technicians must have successfully completed all Abbott RALS Accu-chek required training and the training courses must be led by a certified Abbott RALS Accu-chek trainer. Service Hours: Service is to be performed during VASNHS normal business hours, M - F, 0730 to 1600 Pacific - Excluding federal holidays. Contractor shall provide a 24X7 service call support. Activities and Required Services Included in Contract costs: Unlimited Technical Service Support with emergency on-site response within 2 business days (Mon-Fri). Labor and full parts coverage for corrective maintenance and preventative maintenance. Preventative maintenance (PM) performed in accordance to manufacturer s specifications and schedule coordinated with COR. Service technicians are to provide certificates of competency. Service technicians are to check in with the Security Officer on Duty at the clinic where work is to be performed. Service technicians are to check in & out with Biomedical Engineering upon arriving at the clinic for performance of work. Service Report. Contractor shall provide a written service report for the Government records of repair. The report shall include the repairs provided, parts replaced, and any additional maintenance information deemed necessary by the manufacturer to ensure the highest level of operation. PERIOD OF PERFORMANCE/SCHEDULE: The POP for this contract shall be: Base Year 06/01/2025 to 5/30/2026 Normal daytime working hours will be adhered to. Normal daytime work hours are 0730 to 1600 Monday through Friday. If the contractor wishes to work at nighttime or during other unscheduled times, they must first get permission from the Contracting Officer. PARTICIPATING FACILITY: Place of performance is VA Southern Nevada Healthcare System, 6900 N Pecos Rd, North Las Vegas, NV, 89086 U.S. GOVERNMENT FURNISHED MATERIALS AND SERVICES: VA Southern Nevada Healthcare System will not provide any GFE. CONTRACTOR FURNISHED ITEMS AND SERVICES: The contractor shall furnish all necessary supplies, fuels, lubricants, solvents, parts, materials, equipment, products, tools, and any other items and services to perform all delivery and pick-up operations required by this statement of work. The contractor shall provide fully qualified on-site personnel who shall be responsible for the performance of the work. The name of the person and all alternates shall be designated in writing to the Contracting Officer. The project manager shall be on-site during normal work hours and for contingencies requiring work beyond normal work hours. The contractor shall certify in writing that all employees operating equipment are trained and qualified. CONTRACTOR RESPONSIBILITIES: Contractor Employees. The contractor shall not employ personnel for work on this contract if such employee is identified to the contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. The Contractor shall furnish service manuals and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment, parts and/or supplies necessary to complete the work as required. The Contractor shall be familiar and follow maintenance guidelines contained in current technical service manuals for all equipment and sub-assemblies listed. Manuals shall include but not be limited to schematics, diagrams, written procedures and parts lists. All work shall be performed, and equipment shall function in conformance with all VA safety standards, manufacturer s/industry standards, the latest published edition of NFPA-99, FDA, OSHA, Joint Commission, and other applicable national standards. The COR may facilitate a copy of VA safety standards to the Contractor upon request. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. This may be accomplished by wearing distinctive clothing bearing the name of the company or company ID badge. Contractor field service personnel shall be dressed to present a clean, neat appearance at all times when performing under this contract. Personnel performing maintenance and repair services must be fully qualified, competent, technicians. Fully qualified and competent is defined as factory trained and verified by Polar Leasing. SERVICE RESPONSE TIMES: The following service response times shall be adhered to at all times identified below. Polar Leasing assumes all costs associated with any service or maintenance performed during or after hours or on the weekends. Hours cited below are Pacific Standard Time. Two hour maximum callback for service calls made during normal work hours, Monday through Friday. Normal work hours are between the hours of 7:30AM and 4:00 PM. Two hour maximum callback for service calls made after 4:00PM, Monday through Friday. Two hour telephone callback required for calls made on weekends or national holidays (Friday after 4:00PM through 7:30AM of the next working day). On site response shall be within 12 hours of first call for service, Monday through Friday, including after 4:00PM. On site response for calls received during weekend hours and holidays shall be within 12 hours. RE-PERFORMANCE: If performance does not conform to the contract specifications, the VA Healthcare Center s COR or the Contracting Officer shall require the Contractor to perform the service again to conform to the contract specifications, at no cost to the Government. When the defects in service cannot be corrected by re-performance, the VA Medical facility may require the Contractor to call in a senior technical engineer from the manufacturer or from a different company. The Contractor shall incur and absorb all expenses for consultation outside the Contractor s organization. Repeated malfunctions of any system component or subsection more than three (3) times within one (1) quarter is not acceptable. The Contractor is responsible for repairing all faulty equipment and identifying the nature and cause of repeated failures. The Contractor in this situation must either: Make repairs in such a manner that the identified problems are corrected to the extent that repeated failures are eliminated. Prove that the equipment is not faulty and an external cause for the problem exists and provide recommendations for resolution. Provide repair services from the original equipment manufacturer at the Contractor s expense. Response Method: The Government requests capability statements and comments from interested businesses regarding the requirements described above. Responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead. When responding, in Subject line insert: Sources Sought VASNHCS AccuChek Services At a minimum, the following information shall be provided: 1. Company Name; 2. Company Mailing Address; 3. Point(s) of Contact including telephone number(s) & email address(es); 4. Socio-Economic (i.e. Small/Large Business, HUBZone, Service-Disabled Veteran Owned, 8(a), etc.) as it relates to NAICS Code 334516 (1,000 Employees). 5. Provide a summary of the type of services performed and experience as it relates to staffing Abbot RALS Accu-Chek equipment and services. 6. UEI Number 7. If holding GSA FSS Contract # 8. Sub-Contracting Intentions (provide above items 1 thru 6 of intended vendor along with description of sub-contractor duties). 9. Additional information and/or comments. Veterans First Contracting Program and the VA Rule of Two (Kingdomware v. United States) 38 U.S.C. 8127 - 8128: Service-disabled veteran owned small business (SDVOSB) or Veteran owned small business (VOSB) concern must be registered and verified in VA's Vendor Information Pages (VIP) database at www.vip.vetbiz.gov to be eligible for award as a SDVOSB or VOSB if/when a solicitation is issued for this requirement as a SDVOSB or VOSB set aside. In addition, this requirement has been determined to be set aside as SDVOSB or VOSB acquisition, only SDVOSB or VOSB that respond to this specific notice with in the above stated due date will be eligible for award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8b4f6cc305a5496abde329d15dec1d6c/view)
 
Record
SN07364634-F 20250309/250307230031 (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.