Search Contract Opportunities

Bruker Biotyper SMA - BPA - VISN1

ID: 36C24125Q0176 • Type: Special Notice • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Jan. 7, 2025, 2:11 p.m. EST
INTENT TO SOLE SOURCE: Bruker MALDI Biotyper Service and Support to Bruker Scientific, LLC This is not a request for competitive proposals. This is not a solicitation or request for offers. No solicitation is available. The Department of Veterans Affairs, NCO1 intends to award a One-Time, Firm Fixed Price, Base + 3 Option Years, Sole Source Service Contract (Blanket Purchase Agreement BPA) for MALDI Biotyper Service, Support and Maintenance to the Large Business (LB) OEM (Original Equipment Manufacturer), Bruker Scientific LLC, UEI: MG2JF771VWU5, located at 40 Manning Road, Billerica MA, 01821. The Department of Veterans Affairs Medical Centers located throughout VISN1 Healthcare System have a requirement for a Bruker MALDI Biotyper Service and Support agreement. The MALDI Biotyper Service, Support and Maintenance is proprietary to Bruker Scientific LLC and is the only authorized vendor able to perform this service. The authority for applying the Simplified Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. 1901. This statute is implemented by for restricting competition on this procurement via FAR 13.106-1(b)(2). The intent is to procure the referenced services on a sole source basis. No solicitation will be posted to Contract Opportunities. The primary North American Classification System Code (NAICS) is 811210. The business size for this NAICS is $34.0M. Capable parties may identify their interests and authorization to respond to this requirement by 01/13/2025, at 6:00 AM (EDT). A determination by the Government not to compete this proposed award based upon responses to this notice is solely within the discretion of the Contracting Officer. Information obtained in response to this notice may also be utilized in a price fair and reasonable determination under FAR 13.106-3(a). Please contact Fred Revah, Contracting Specialist with the responses or questions regarding this requirement at Frederic.revah1@va.gov. This notice will close on January 13th, 2025, at 6:00 AM Eastern Standard Time (EST)
Posted: Jan. 7, 2025, 9:44 a.m. EST
STATEMENT OF WORK SCOPE OF WORK: Bruker LabScape Complete 24 Maintenance Service Agreement is a maintenance service agreement, which provides complete service coverage within 24 hours at the VA New England HCS medical centers with this Maldi equipment. 1. EQUIPMENT: The Contractor shall provide all tools and equipment necessary to properly and safely perform the services set forth within this statement of work. This shall include, but is not limited, to all personal protective equipment which may be required for the work to be completed in a safe manner. 2. AREAS TO BE SERVICED: VISN1 Healthcare System Medical Centers 3. TASK FREQUENCY AND INSTRUCTIONS: This contract covers the following times: Base period February 15, 2025 to February 14, 2026 Option year 1 February 15, 2026 to February 14, 2027 Option year 2 February 15, 2027 to February 14, 2028 Option year 3 February 15, 2028 to February 14, 2029 This contract covers and includes the following: a. Unlimited onsite emergency service visits. b. Onsite response of one (1) business day: Monday-Saturday 8:30 AM-5:00 PM. c. Spare parts, labor & travel. d. One Planned Maintenance (PM) visit with complete inspection of listed instrumentation. Service (work) includes labor, travel, a PM kit, complete inspection of the instrument with cleaning. Includes one additional PM or cleaning if necessary and diagnosed by a Bruker remote support engineer. e. Wear & tear parts (e.g. lasers, detectors, tubes, pumps). f. Requalification (IQ/OQ/PV). g. High Priority Remote Support during normal business hours. This includes call back within 1 hour during business hours, 2 hours after hours, unlimited phone calls and unlimited remote desktop support or unlimited augmented reality support (virtual engineer). Extended technical support hotline is available from 5:00 PM to 12:00 AM weekdays and 9:00 AM to 9:00 PM on weekends and holidays. h. Compass and Data Analysis software updates and upgrades, library updates. Bruker proprietary software only. i. PC, Monitor, Printer and UPS coverage with full replacement if required. j. Loaner Instrument available in the event of prolonged down time. 4. SPECIAL WORK REQUIREMENTS: None. PROPERTY DAMAGE: The Contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, cubs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer. 6. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's employees shall wear visible identification at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate desig nated park ing areas. Information on parking is available from the VA Police-Security Service. The VA will not invalidate or make reimbursement for parking viola tions of the con tractor under any con ditions. Smoking is prohibited inside any buildings at the VA. Cellular phones and two way radios are not to be used within six feet of any medical equipment. Posses sion of weapons is prohibited. Enclosed containers, including tool kits, shall be sub ject to search. Violations of VA regulations may result in a citation answer able in the United States (Federal) Dis trict Court, not a local district state, or municipal court. 7. RECORDS MANAGEMENT LANGUAGE FOR STATEMENT OF WORK: The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. 8. The A&A requirements do not apply, and that a Security Accreditation Package is not required.
Background
The Department of Veterans Affairs (VA) is issuing a maintenance service agreement for the Bruker MALDI Biotyper, which is essential for the operations of the VA New England Healthcare System (VISN1).
The goal of this contract is to ensure complete service coverage within 24 hours for the medical centers utilizing this specialized equipment.
The service will be provided by Bruker Scientific LLC, the original equipment manufacturer (OEM), as they are the only authorized vendor capable of performing these services.

Work Details
The contractor shall provide all necessary tools and equipment to safely perform the services outlined in this statement of work. Key tasks include:
1. Unlimited onsite emergency service visits.
2. Onsite response within one business day, Monday-Saturday from 8:30 AM to 5:00 PM.
3. Coverage for spare parts, labor, and travel expenses.
4. One Planned Maintenance (PM) visit per year, including a complete inspection and cleaning of the instrumentation, with an additional PM or cleaning if diagnosed necessary by a Bruker remote support engineer.
5. Coverage for wear and tear parts such as lasers, detectors, tubes, and pumps.
6. Requalification services (IQ/OQ/PV).
7. High Priority Remote Support during normal business hours with specific response times for callbacks and unlimited support options including phone calls and remote desktop assistance.
8. Updates and upgrades for Compass and Data Analysis software, as well as library updates specific to Bruker proprietary software.
9. Full replacement coverage for PC, Monitor, Printer, and UPS if required.
10. Provision of a loaner instrument in case of prolonged downtime.

Period of Performance
The contract will be performed over a base period from February 15, 2025 to February 14, 2026, with three option years extending through February 14, 2029.

Place of Performance
The services will be performed at various medical centers within the VISN1 Healthcare System.

Overview

Response Deadline
Jan. 13, 2025, 6:00 a.m. EST Past Due
Posted
Jan. 7, 2025, 9:44 a.m. EST (updated: Jan. 7, 2025, 2:11 p.m. EST)
Set Aside
None
Place of Performance
VISN 1 Healthcare System WEST ROXBURY 02132
Source

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Vehicle Type
Blanket Purchase Agreement
On 1/7/25 VISN 1: New England Healthcare System issued Special Notice 36C24125Q0176 for Bruker Biotyper SMA - BPA - VISN1 due 1/13/25.
Primary Contact
Title
Contract Specialist
Name
Fred Revah   Profile
Phone
(207) 623-8411

Documents

Posted documents for Special Notice 36C24125Q0176

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Special Notice 36C24125Q0176

Incumbent or Similar Awards

Contracts Similar to Special Notice 36C24125Q0176

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice 36C24125Q0176

Similar Active Opportunities

Open contract opportunities similar to Special Notice 36C24125Q0176

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > 241-NETWORK CONTRACT OFFICE 01 (36C241)
FPDS Organization Code
3600-00241
Source Organization Code
100176746
Last Updated
Feb. 12, 2025
Last Updated By
frederic.revah1@va.gov
Archive Date
Feb. 12, 2025