Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2025 SAM #8530
SOURCES SOUGHT

J -- Maintenance agreement for BD FACSAria Fusion cell sorter | Philadelphia VAMC

Notice Date
4/2/2025 8:43:47 AM
 
Notice Type
Sources Sought
 
NAICS
541714 — Research and Development in Biotechnology (except Nanobiotechnology)
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0546
 
Response Due
4/7/2025 9:00:00 AM
 
Archive Date
06/06/2025
 
Point of Contact
Yazmin Alvarez, Contract Specialist, Phone: 302-944-2511 x5202
 
E-Mail Address
yazmin.alvarez@va.gov
(yazmin.alvarez@va.gov)
 
Awardee
null
 
Description
This is not a solicitation but rather a Request for Information (RFI/Sources Sought) for market research purposes only. Veterans Health Affairs, Network Contracting Office 4, is issuing this Sources Sought in order to identify capable firms and obtain information for planning purposes only. Veterans Health Affairs, Network Contracting Office 4, is issuing this Sources Sought in order to identify capable firms for brand-name Histology equipment and accessories listed below. Responses shall be submitted by 12:00pm (EST) April 7th, 2025. Responses shall be submitted via email to yazmin.alvarez@va.gov. All Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) firms that respond shall include proof of their Vets First Verification via Home·VetBiz Portal (va.gov). All small business firms that respond shall include proof of small business status via their Representations and Certifications in accordance with FAR 4.1102 Policy. While SDVOSB/VOSB contractors are preferred, all capable contractors are welcome to respond to this sources sought notice for market research purposes. All respondents shall include as part of their response a brief capability statement that covers the information in the following tentative statement of work, as well as answers to the below three (3) questions. All respondents shall be registered and active in SAM.gov|Home. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition approach (e.g., socioeconomic set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses. Suggested NAICS: 541714 (Research and Development in Biotechnology (except Nanobiotechnology) Suggested PSC: J066 (Maintenance, Repair, and Rebuilding of Equipment Instruments and Laboratory Equipment) Open to suggestions from industry as to a more proper NAICS and/or PSC, as well as any potential GSA/FSS Schedule SIN categories. In addition to the information requested above, please include answers to the below 3 questions as part of your response to this Sources Sought: 1. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. 2. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. 3. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company. PERFORMANCE WORK STATEMENT (PWS) GENERAL: The Corporal Michael J. Crescenz VA Medical Center (CMCVAMC) is issuing this Performance Work Statement to outline the requirements for a comprehensive service plan for the BD FACSAria Fusion (model #656700-23) flow cytometer and cell sorter. This advanced equipment plays an indispensable role in our research initiatives, supporting a variety of laboratory-based and translational research projects funded by various agencies, including the Biomedical Laboratory Research and Development (BLR&D), Clinical Science Research and Development (CSR&D), Rehabilitation Research and Development (RR&D), National Institutes of Health (NIH), and the Department of Defense (DoD). The BD FACSAria Fusion system was acquired in fiscal year 2017; however, its original 5-year warranty expired in March 2023. To maintain the equipment s performance and reliability, a new service plan is critically needed. SCOPE OF SERVICE: The contractor shall provide a detailed service plan for the BD FACSAria Fusion 4-laser system, along with one dedicated computer workstation. The service plan shall cover all aspects, including labor costs, travel expenses, and replacement parts for a total of four years comprising one base year and three additional option years. Key components of the service plan will include, but are not limited to, the following: Preventive Maintenance: Regular inspections and servicing. Software Updates: Ensuring the system runs the latest compatible software versions. Service Visits: Unlimited on-site visits to address any arising issues. Telephone Support: Ongoing remote assistance and troubleshooting. Emergency On-Site Service: Rapid response for critical issues requiring immediate attention. OBJECTIVES: The primary objective of this PWS is to ensure that the BD FACSAria Fusion flow cytometer and cell sorter operate at peak efficiency and reliability. This will minimize equipment downtime and support the continuous research activities conducted at CMCVAMC, thereby sustaining the momentum of crucial projects and research outcomes. WORK TASKS & DELIVERABLES: PREVENTATIVE MAINTENANCE INSPECTIONS: The contractor shall carry out a total of two thorough preventive maintenance (PM) inspections per 12-month period. Each PM inspection will include the utilization of two specialized PM kits to ensure comprehensive checking and servicing of the system. Following each PM inspection, the contractor will provide a detailed report outlining the inspection findings, any identified issues, and the corrective actions undertaken to resolve them. These reports will serve both as documentation of compliance and as a resource for ongoing equipment management. SOFTWARE REVISIONS: The contractor shall handle software revisions and updates during the entire duration of the agreement. It is imperative that the contractor ensures that the BD FACSAria Fusion system is consistently running on the latest software version that is compatible with the hardware infrastructure. This includes not just applying updates, but also verifying the successful integration of these updates to enhance system performance. SERVICE VISITS & TELEPHONE SUPPORT: The contractor will be responsible for providing an unlimited number of on-site service visits to address any technological challenges or operational issues affecting the BD FACSAria Fusion system. In addition to on-site assistance, the contractor will also offer unlimited telephone support, enabling quick troubleshooting and resolution of issues remotely, thereby reducing the need for physical visits whenever possible. EMERGENCY ON-SITE SERVICE: � The contractor must guarantee a swift response for emergency on-site services within a predetermined timeline specified in the contract. Each emergency service visit will require the contractor to document the issue addressed and the corrective measures implemented in a detailed report, contributing to the overall maintenance log for the equipment. PLACE OF PERFORMANCE: All services required under this contract shall be performed at the Corporal Michael J. Crescenz VA Medical Center Research Service, located in Building 21, Philadelphia, PA. The contractor will be granted access to the necessary facilities and equipment required for the execution of the service plan. Performance Objectives Two preventive maintenance inspections per 12-month period All Software and patch revisions during the period of agreement under OEM specifications at no cost. Service visits and telephone support as needed during the agreement period. A detailed report of all activities performed on the FACS ARIA FUSION will be provided each time a Preventative maintenance or Emergency service is executed. Services will be executed during the hours of 8:00 am and 5:00 pm Monday thru Friday. Response by contractor to Emergency or on-site services must be guaranteed within 48 hours of request. Unlimited telephone support will be provided at no additional cost to users Monday thru Friday from 8:00 am to 5:00 pm. Parts (except consumables) will be included in this service contract at no additional charge to the government. All necessary FSE labor and travel for PMs are repairs are included. The contractor will provide priority scheduling for service calls and access to spare parts inventory when available. Calibrations, alignments, lubrication and part replacement will be performed as deemed necessary by Contractor to maintain the device s operation substantially in accordance with the published technical specifications for the device. CONTRACTOR QUALIFICATIONS: The contractor must meet the following qualifications to be considered eligible for this service plan: Proven experience in servicing BD FACSAria Fusion flow cytometers and related cell sorting technologies. Access to authentic BD parts and authorized software updates necessary for repairs and maintenance. Technicians who are trained and certified, equipped with the skills required for executing preventive maintenance, conducting repairs, and applying software updates on the BD FACSAria Fusion system. BD Bioscience Instrument, the Manufacturer of the FACS ARIA FUSION is fully qualified to service this high-Tech device. All field Service Engineers (FSE) performing under this contract must be experienced in the service and repair of all BD equipment in particularly to the FACS ARIA FUSION 4 LASER SYSTEMS. All FSEs must have original manufacturers (OEM) training to include all OEM publications and diagnostic tools tailored to this device and any software deemed necessary to upgrade this device during PMs. CLINs STRUCTURE: ITEM NUMBER DESCRIPTION POP BEGIN POP END QUANTITY UNIT OF MEASURE 0001 FACSAria Fusion 4 Laser System Technical Support IAW Performance Work Statement (PWS) 04/18/2025 04/17/2026 1 JB 1001 FACSAria Fusion 4 Laser System Technical Support IAW Performance Work Statement (PWS) 04/18/2026 04/17/2027 1 JB 2001 FACSAria Fusion 4 Laser System Technical Support IAW Performance Work Statement (PWS) 04/18/2027 04/17/2028 1 JB 3001 FACSAria Fusion 4 Laser System Technical Support IAW Performance Work Statement (PWS) 04/18/2028 04/17/2029 1 JB
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d3d1a73d07ca484abf96370274a28ec5/view)
 
Place of Performance
Address: Department of Veterans Affairs Philadelphia VA Medical Center 3900 Woodland Ave, Philadelphia 19104-4551, USA
Zip Code: 19104-4551
Country: USA
 
Record
SN07395775-F 20250404/250402230055 (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.