Skip to main content

An official website of the United States government

You have 2 new alerts

AJ11--Preventive Maintenance Azure Sapphire

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jul 16, 2024 02:25 pm EDT
  • Original Response Date: Jul 24, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 22, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: AJ11 - GENERAL SCIENCE AND TECHNOLOGY R&D SERVICES; GENERAL SCIENCE AND TECHNOLOGY; BASIC RESEARCH
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Department of Veterans Affairs VAMC Baltimore , 21201

Description

Summary: The VA Maryland Health Care System (VAMHCS) requires preventative maintenance on an Azure Biosystems Sapphire Biomolecular Imager for its research and development (R&D) service. The Azure Sapphire is a fully automated imaging system that uses infrared lasers to scan gels and western blots. The VAMHCS R&D service purchased the Azure Biosystems Sapphire Biomolecular Imager system in 2022, a new system would cost approximately $46,000. The Azure Biosystems Sapphire Biomolecular Imager requires yearly maintenance to ensure continuing efficiency and accuracy. An imaging system running within specific parameters is necessary to monitor the experimental therapies that treat neurodegenerative diseases in mice in the laboratory of Dr. Tibor Kristian. This will be a base plus 4 option year contract. Description of Work: The contractor will provide the following services: The primary task to be accomplished is to maintain the Azure Biosystems Sapphire Biomolecular Imager within normal operating parameters and safety standards. The place of performance is: VA Maryland Health Care System 10 N Greene St, room# 3C134 Baltimore, MD 21201 5.1 Task 1 - Enterprise Management Controls. 5.1.1 Subtask 1 - Integration Management Control Planning. The contractor will provide service and maintenance to the Azure Biosystems Sapphire Biomolecular Imager consisting of: Azure Biosystems Sapphire Biomolecular Imager laser based scanning system with excitation wavelengths at 685nm and 784 nm for analysis of ID gels and western blots The system was purchased from Azure Biosystems. The COR will inspect and discuss with the Principle Investigator of the laboratory to confirm that contracting tasks have been progressed and performed in accordance with SOW and in timely manner. Deliverables: annual preventative maintenance and services for the Azure Biosystems Sapphire Biomolecular Imager. 5.1.2 Subtask 2 - Contract Management. Prepare a Contract Management Plan describing the technical approach, organizational resources and management controls to be employed to meet the cost, performance and schedule requirements throughout Contract execution. PM coverage to include all the necessary components required to perform scheduled PM inspections and service on the Azure Biosystems Sapphire Biomolecular Imager. Deliverables: Upon completion of routine PM inspections or emergency service calls, the vendor will provide a written summary of all tasks accomplished, including any observations and recommendations concerning any associated equipment and systems. 6. Performance Monitoring The Principle Investigator of the laboratory using the device will ensure validity of work and if the need arises work with the COR to arrange for technical support by phone and email for the device. 7. Security Requirements N/A Vendor service technicians are to have identification badging visible on their person while on VA premises, and are subject to Federal Installation Security Requirements, including inspection of any containers, equipment or vehicles as required. 8. Place of Performance. VA Maryland Health Care System 10 N Greene St, room# 3C134 Baltimore, MD 21201 NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to perform at the Research and Development Service located at core laboratory of the Research and Development Service located at 10 North Greene St, room 3C-113, Baltimore, MD 21201 Please respond to this RFI/Sources Sought 36C24524Q0724 with your: 1. Business name (including Unique Entity ID (SAM.gov), business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and person of contact (including telephone number & email address). 2. Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities & equipment. 3. GSA contract number to include NAICS (if applicable). 4. Brief Summary of capabilities that your company can/cannot provide. Responses must be submitted by 4:00 PM (ET) July 24, 2024. Responses to the information requested above must be submitted via email to Crystal.Brown5@va.gov 5. Answer to questions below: -Do you intend to self-perform this effort? -If you are located outside the state of Maryland, how will you self-perform? -Or do you intend to self-contract work under this contract? -If you intend to subcontract work on this contract, how will you ensure compliance with the limitations on subcontracting? Please include 36C24524Q0724 in the email subject to ensure that messages aren t overlooked. This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred as a result of the preparation of responses submitted as a result of this notice. Crystal Brown Contracting Officer VHA, NCO 5 Crystal.Brown5@va.gov

Contact Information

Contracting Office Address

  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Sep 22, 2024 11:55 pm EDTSources Sought (Original)