Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
DOCUMENT

J -- Marking and Commissioning of Medical -surgical and Dental Instrumentation Service - Attachment

Notice Date
7/21/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217N1478
 
Response Due
7/28/2017
 
Archive Date
8/11/2017
 
Point of Contact
Ryoko Oshiro Foran, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
Page 3 of 3 THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PUPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW 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. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. 3. The NAICS for this requirement is 811219 - OTHER ELECTRONIC AND PRECISION EQUIPMENT REPAIR AND MAINTENANCE. 4. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Marking and Commissioning of Medical -surgical and Dental Instrumentation Service at the VA San Diego Healthcare System (VASDHS). The Contractor shall provide all labor, tools and supervision, and equipment necessary to complete the requirements. The VA San Diego Healthcare System is located at 3350 La Jolla Village Drive, San Diego, CA 92161. Multiple Veteran Integrated System Network (VISN) VA Medical Centers (VAMCs) have installed a Dental and Medical-Surgical instrument and reusable medical equipment (RME) tracking solution developed by Censis Technologies, Inc. (Censis) called Censitrac. All instruments require a 2-dimensional data matrix that uniquely identifies the instrument. The marking or stencil is applied by a marking station supplied by Censis and then details about the instrument are entered into the Censitrac database. As the instrument travels through the sterilization process, the electrochemical mark is scanned such that the instrument can be tracked through the process. Some instruments cannot be marked based on chemical, surface, electromagnetic, or material characteristics of which the instruments are made and these instruments are instead supplementary marked with a dot or tape which contains a pre-printed 2D matrix barcode on a small surface with a semi-permanent adhesive backing. These supplementary dots/tapes withstand repeat sterilizations without adverse effect. VASDHS is seeking sources to initiate/complete the implementation of their Censis System with completion of marking and commissioning services for their instrument inventory; this requirement is for the scope of services required for VASDHS to finalize all marking and commissioning of dental and medical-surgical instruments utilizing VA developed data standards and guidance. 5. Interested and capable Contractors should respond to this notice not later than 12:00 pm (PST) on 07/28/2017 by providing the following via email only to Ryoko Oshiro Foran, Contract Specialist, at Ryoko.Foran@va.gov. Please provide the information below: Company Name: DUNS Number: Address: Point of Contact Name: Phone No: Email: Business size information Select all that applies: under the NAICS code identified under this RFI: o Small Business o Emerging Small Business o Small Disadvantaged Business o Certified under Section 8(a) of the Small Business Act o HubZone o Woman Owned o Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov) o Veteran Owned Small Business (registered in VetBiz.gov) FSS/ GSA Contract Holder Yes No FSS/ GSA Contract Number Effective Date / Expiration Date 1) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (2) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/services you are providing information for available on your schedule/contract? (3) Please submit a capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in Paragraph 4. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described above requirements. (4) Please provide general pricing of your products/services for market research purposes. (5) Please review the service requirements /statement of work/performance work statement (if applicable) and provide feedback or suggestions. If none, please reply as N/A. 6. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Please indicate if you would utilize a subcontractor in performing the requirement and supply the information below. Yes No The results of this market research will assist in the determination if a set-aside is in the best interest. Please complete this information for sub-contractor. Company Name: DUNS Number: Address: Contact Name: Phone No: Email: Business size information Select all that applies: o Small Business o Emerging Small Business o Small Disadvantaged Business o Certified under Section 8(a) of the Small Business Act o HubZone o Woman Owned o Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov) o Veteran Owned Small Business (registered in VetBiz.gov) 8. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127.   9. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. 10. If a solicitation is issued it shall be announced at later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. --End of Sources Sought Announcement--
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217N1478/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-N-1478 VA262-17-N-1478.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3679472&FileName=VA262-17-N-1478-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3679472&FileName=VA262-17-N-1478-000.docx

 
File Name: VA262-17-N-1478 PWS Marking Commissioning VA San Diego - Draft - Sources Sought.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3679473&FileName=VA262-17-N-1478-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3679473&FileName=VA262-17-N-1478-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04589548-W 20170723/170721234421-95c5cf849073fbda423b4cd0570705b9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.