J065--636-24-4-3278-0035 Nutrace Laser Engraver Maintenance- Des Moines
Agency: |
|
State: |
Iowa |
Type of Government: |
Federal |
Category: |
- J - Maintenance, Repair, and Rebuilding of Equipment
|
Posted: |
Feb 2, 2024 |
Due: |
Feb 9, 2024 |
Publication URL: |
To access bid details, please log in. |
J065--636-24-4-3278-0035 Nutrace Laser Engraver Maintenance- Des Moines
Active
Contract Opportunity
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 23 (36C263)
Looking for contract opportunity help?
General Information
-
Contract Opportunity Type: Sources Sought (Original)
-
All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
-
Original Published Date: Feb 02, 2024 10:47 am CST
-
Original Response Date: Feb 09, 2024 03:00 pm CST
-
Inactive Policy: Manual
-
Original Inactive Date:
Feb 24, 2024
-
Initiative:
Classification
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY
NuTrace Brand Sterile Laser Engraver Maintenance Service
Location of Service
VA Central Iowa Health Care System
3600 30th St.
Des Moines, Iowa 50310
This is a sources sought notice only and it is not a solicitation announcement.
The purpose of this sources sought notice is to gain knowledge of qualified potential contractors and their socio-economic size classification in accordance with NAICS code 811210 .
NAICS Code 811210 - Electronic and Precision Equipment Repair and Maintenance.
Responses will be used by the Government to make appropriate acquisition decisions.
See the statement of work excerpt below.
Services To Be Provided
General:
The vendor will provide the necessary manpower and supervision to properly execute the repair and preventative maintenance of the sterile process laser engraver, scanner and associated equipment and software.
The vendor must furnish all tools and materials (e.g. service manuals, diagnostic software, etc.) required to maintain the equipment to manufacturer specifications.
A Field Service Report (FSR) must be provided to the Central Iowa VAHCS s facility contact or designee after each repair.
Maintenance and Repair:
All repairs will be performed between the hours of 8:00am and 5:00pm CST, Monday thru Friday, except Federal Holidays.
If work must be performed outside of normal business hours ( over-time billable work), The vendor must obtain prior approval from the Contracting Officer.
If such work is at the cost of the Central Iowa VA Healthcare System, Contracting Officer Approval must be obtained by the vendor prior to performing any work outside of scope of this contract.
The vendor will provide all parts for repairs performed by vendor qualified technician.
The vendor will provide telephone technical support at no additional charge to the VA.
The vendor responds to service calls via telephone immediately, and will arrive on-site for repair within 24 hours of placing a service call by the VA.
The vendor will provide preventive maintenance and cleaning with trained staff member at manufacturer specified intervals, but no less than semi-annually.
Preventative Maintenance will be to the original equipment manufacturing procedure. All parts that are to be replaced by the, cleaning, lubricating, inspection, calibration and other procedures will be performed be manufacturers specifications will be performed.
A copy of the manufacturers preventative maintenance procedure will be provided to the Facility Point of Contact.
Loaner Equipment
If unit needs to be shipped to the manufacturer for repairs, the vendor will provide a loaner unit at no additional charge.
The vendor will uninstall, pack, and ship unit for repair and loaner unit at the cost of the vendor. This applies to when the unit for repair is uninstalled and loaner unit is installed and when the loaner unit is uninstalled and the repaired unit is installed.
This activity will be coordinated with the Facility Point of Contact.
After a review of the responses to this notice, a solicitation announcement may be posted to Contract Opportunities. A response to this notice is not an adequate reply to the forthcoming solicitation.
To reply to this Request for Information, email this completed document to the following;
Jennifer Watkins-Schoenig
Contract Specialist
Email: Jennifer.watkins-schoenig@va.gov
Please fully complete each section of the survey below.
Company Name: _____________________________________________________________
Company Address: ___________________________________________________________
DUNS Number: _____________________________________________________________
Point of Contact: ____________________________________________________________
Phone Number: _____________________________________________________________
Email Address: _____________________________________________________________
Socio-economic Classification in Accordance with NAICS Code 811210: (check all that apply)
Small Business
Service Disabled Veteran Owned Small Business (SDVOSB)
Verified SDVOSB by www.vip.vetbiz.gov
Veteran Owned Small Business (VOSB)
Verified VOSB by www.vip.vetbiz.gov
Small Disadvantage Business
Women-owned Small Business
Economically Disadvantaged Small Business
HUBZone
8(a) Certified
You may attach a Capability Statement or provide a brief: __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
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.
Attachments/Links
Contact Information
Contracting Office Address
-
316 Robert Street N Suite 506
-
Saint Paul , MN 55101
-
USA
Secondary Point of Contact
History
-
Feb 02, 2024 10:47 am CSTSources Sought (Original)
Daily notification on new contract opportunities
With GovernmentContracts, you can:
- Find more opportunities and win more business
- Receive daily alerts for all new bid opportunities
- Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
See also
...Follow PRISM Software License, Tech Support, and Updates - Sources Sought Active Contract... ...
AGRICULTURE, DEPARTMENT OF
Bid Due: 5/06/2024
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.