Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 06, 2019 FBO #6253
SOURCES SOUGHT

J -- FBO - 36C25819Q0084 - Imaging Equipment PM - Base + 4 SOURCES SOUGHT NOTICE ONLY

Notice Date
1/4/2019
 
Notice Type
Synopsis
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
36C25819Q0084
 
Response Due
1/11/2019
 
Archive Date
1/21/2019
 
Point of Contact
RESPONSES ARE DUE 01-11-2019 12:00PM EST
 
Small Business Set-Aside
N/A
 
Description
Page 11 of 12 THIS IS A SOURCES SOUGHT NOTICE: This is NOT a request for proposals; this is an industry inquiry for Market Research. A solicitation shall not be issued at this time. The intent of the procurement is to locate potential contractors for solicitation. The below specification defines the effort required for the purchase and period of performance. PERFORMANCE WORK STATEMENT TITLE: GE Healthcare Imaging Equipment Preventive Maintenance. GENERAL OBJECTIVES AND REQUIREMENTS: Purpose: The Phoenix VA Health Care System (PVAHCS) requires a service agreement to provide annual preventive and repair maintenance on its GE Healthcare imaging equipment that includes: X-rays, wireless detectors, C-Arm x-rays, ultrasounds, cardiac ECHO ultrasounds, TEE probes for the cardiac ECHO ultrasounds, PACS server, and PACS software package, reference enclosed equipment listing and PWS for quantities and details, para 19. BACKGROUND: The uptime of the Imaging and Radiology systems is critical to providing patient-centered care. It is more cost effective to keep the modalities under a service contract, where preventive maintenance, corrective maintenance, and parts are covered, than to fully train an employee and pay out of pocket for proprietary parts. This effort shall be a base plus four option year type contract. SPECIFIC TASKS: Corrective and preventive maintenance for the GE Definium 8000 x-ray - Refence the enclosed equipment listing for quantities and site numbers. Coverage period: Monday-Friday, 8am-5pm Arizona Standard Time, excluding federal holidays Uptime guarantee: 97% Phone response time: 30 min On-site response time: 4 hours iLINQ response time: 30 min. Detector coverage Table coverage Tube coverage General parts coverage Parts delivery: next day Labor Travel Quality assurance Software updates and upgrades Preventive maintenance: semi-annual Corrective and preventive maintenance for the GE Discovery XR650 2D x-ray - Refence the enclosed equipment listing for quantities and site numbers. Coverage period: Monday-Friday, 8am-5pm Arizona Standard Time, excluding federal holidays Uptime guarantee: 97% Phone response time: 30 min On-site response time: 4 hours iLINQ response time: 30 min. (2) Fixed detectors coverage Table coverage Tube coverage General parts coverage Parts delivery: next day Labor Travel Quality assurance Software updates and upgrades Preventive maintenance: semi-annual Corrective and preventive maintenance for GE FlashPad digital wireless x-ray detectors - Refence the enclosed equipment listing for quantities and site numbers. Coverage period: Monday-Friday, 8am-5pm Arizona Standard Time, excluding federal holidays Uptime guarantee: 97% On-site response time: 4 hours Unlimited coverage for normal wear and tear Battery replacement coverage Detector accidental coverage: (1) total detector replacement per year Grid replacement General parts coverage Parts delivery: next day Labor Travel Quality assurance Software updates and upgrades Preventive maintenance: annual Corrective and preventive maintenance for the GE Ultrasound Image Vault server Refence the enclosed equipment listing for quantities and site numbers. Coverage period: Monday-Friday, 8am-5pm Arizona Standard Time, excluding federal holidays Uptime guarantee: 97% Phone response time: 60 min On-site response time: 24 hours Technical phone support General parts coverage Parts delivery: next day Labor Travel Software updates and upgrades Corrective and preventive maintenance for GE Logiq E9 ultrasounds - Refence the enclosed equipment listing for quantities and site numbers. Coverage period: Monday-Friday, 8am-5pm Arizona Standard Time, excluding federal holidays Uptime guarantee: 95% Phone response time: 30 min On-site response time: 6 hours Unlimited probe replacement coverage Probes: 1-99 General and specialty probes Pedof probe DVR coverage External DVD R/W coverage Printer coverage VCR coverage General parts coverage Parts delivery: next day Labor Travel Preventive maintenance: semi-annual Corrective and preventive maintenance for the GE Logiq S7 R2 Expert ultrasound - Refence the enclosed equipment listing for quantities and site numbers. Coverage period: Monday-Friday, 8am-5pm Arizona Standard Time, excluding federal holidays Uptime guarantee: 95% Phone response time: 30 min On-site response time: 6 hours Unlimited accident damage probe replacement coverage Probes: 1-99 General and specialty probes Pedof probe DVR coverage External DVD R/W coverage Printer coverage VCR coverage General parts coverage Parts delivery: next day Labor Travel Preventive maintenance: annual Corrective and preventive maintenance for the GE Logiq S8 ultrasound - Refence the enclosed equipment listing for quantities and site numbers. Coverage period: Monday-Friday, 8am-5pm Arizona Standard Time, excluding federal holidays Uptime guarantee: 95% Phone response time: 30 min On-site response time: 6 hours Unlimited accident damage probe replacement coverage Probes: 1-99 General and specialty probes Pedof probe DVR coverage External DVD R/W coverage Printer coverage VCR coverage General parts coverage Parts delivery: next day Labor Travel Preventive maintenance: annual Corrective and preventive maintenance for GE OEC Series 9900 Elite c-arms - Refence the enclosed equipment listing for quantities and site numbers. Coverage period: Monday-Friday, 8am-5pm Arizona Standard Time, excluding federal holidays Uptime guarantee: 97% Phone response time: 30 min On-site response time: 6 hours Battery coverage DICOM gateway coverage Digital acquisition system coverage Printers coverage Tube coverage General parts coverage Parts delivery: next day Labor Travel Quality assurance Software updates and upgrades Preventive maintenance: annual Corrective and preventive maintenance for the GE OEC Series 9900 Motorized MTS/Cardiac c-arm Refence the enclosed equipment listing for quantities and site numbers. Coverage period: Monday-Friday, 8am-5pm Arizona Standard Time, excluding federal holidays Uptime guarantee: 97% Phone response time: 30 min On-site response time: 6 hours Battery coverage DICOM gateway coverage Digital acquisition system coverage MTS/Cardiac coverage Printers coverage Tube coverage General parts coverage Parts delivery: next day Labor Travel Quality assurance Software updates and upgrades Preventive maintenance: annual Corrective and preventive maintenance for GE Optima XR220AMX digital mobile x-ray - Refence the enclosed equipment listing for quantities and site numbers. Coverage period: Monday-Friday, 8am-5pm Arizona Standard Time, excluding federal holidays Uptime guarantee: 97% Phone response time: 30 min On-site response time: 4 hours Automatic exposure control coverage Battery replacement coverage Tube coverage General parts coverage Parts delivery: next day Labor Travel Quality assurance Software updates and upgrades Preventive maintenance: annual Corrective and preventive maintenance for the GE standalone EchoPAC software - Refence the enclosed equipment listing for quantities and site numbers. Coverage period: Monday-Friday, 8am-5pm Arizona Standard Time, excluding federal holidays Phone response time: 60 min Remote response time: 4 hours Remote application support Updates Corrective and preventive maintenance for the GE TEE ultrasound probe - Refence the enclosed equipment listing for quantities and site numbers. (4) accidentally damaged TEE probe replacements per year Parts delivery: next day Ultrasound probe discount: 20% Labor discount: 20% Corrective and preventive maintenance for (3) GE Vivid E95 echo ultrasounds - Refence the enclosed equipment listing for quantities and site numbers. Coverage period: Monday-Friday, 8am-5pm Arizona Standard Time, excluding federal holidays Uptime guarantee: 95% Phone response time: 30 min On-site response time: 6 hours Unlimited accident damage probe replacement coverage Probes: 1-99 General and specialty probes Pedof probe DVR coverage External DVD R/W coverage Printer coverage VCR coverage General parts coverage Parts delivery: next day Labor Travel Preventive maintenance: semi-annual The Contractor shall notify the COR to schedule a time and their intent to come on-site. The Contractor shall verify that the equipment that was serviced is fully functional before checking out. The Contractor shall deliver a hard copy or electronic copy of a Field Service Report that delineates the service performed and confirms quality assurance tests results to Agency, see paragraph 6. The Contract shall inform the COR prior to adding or removal of equipment along with providing documentation for both equipment added or removed. The Contractor shall not remove any hard drives off station. All hard drives shall be turned into the COR. Service technicians shall be certified on/by GE Healthcare equipment to perform any services/maintenance on the enclosed specified equipment. Contractor shall provide documentation/copy of certification with proposal submittals and upon award. Noncontract Charges: The contractor shall not perform any services that shall result in additional charges without prior approval from the Contracting Officer. Payment: Payment shall be made in arrears, and upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice shall include the correct payment address. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site at PVAHCS. Failure to carry out the above procedures shall be considered as a failure to document the service visit and shall constitute a failure to perform. SERVICES DELIVERY STANDARDS/SUMMARY: The contractor's performance shall be monitored by the COR as follows: a. Timely delivery of invoices, within 30 days of services rendered b. Timely scheduling and performance of maintenance services. See inventory listing for service milestone dates. c. Timely arrival for repair services as described in paragraph 4.A.-M. response times. d. Failure to comply with paragraph 4.A.-M. and QASP monitoring items shall result in failure to perform. DELIVERABLES: Filed Service Reports shall be provided for all service activities including preventive maintenance, emergency repair, and safety inspections, and Shall contain the following information: Date(s) and time period of service. Complete description of equipment serviced including model number and serial number. Complete description of equipment services performed including upgrades, updates and software changes made. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. A statement of the complaint that initiated the service call. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair. Failure to provide documentation shall result in invoice certification delays for contractor payment and failure to perform. SECURITY REQUIREMENTS: Security Requirements for Unclassified Information: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. The contractor shall have physical administrative access to the equipment included in this contract that capture and process ePHI. The Contractor shall have access to ePHI while performing scheduled and unscheduled maintenance. The Contractor shall have remote access to the equipment included in this contract that capture and process ePHI. The remote access is secured with a site-to-site VPN connection. A national Interconnection Agreement or Memorandum of Understanding MOU/ISA between contractor and the VA shall be on file prior to award. Contractor shall ensure currency of MOU/ISA. The standard operating procedure (SOP) and a template for a MOU-ISA are located on the Information Protection Risk Management (IPRM) Portal and can be provided to the contractor. Any and all ePHI shall be stored long-term in either VistA Imaging or a dedicated server. A current national Business Associate Agreement between contractor and the VA shall be on file prior to award. Contractor shall ensure currency of BAA. Privacy and HIPAA Focused Training Web-Based (WBT): The official privacy training for VA employees (VA10203) who have access to protected health information (PHI) in the performance of their official duties or have access to VA systems is available from the TMS website at:   https://www.tms.va.gov.   The Contractor shall not remove any hard drives off station. All hard drives shall be turned in to the COR. Records Management Language for Contracts. The following standard items relate to records generated in executing the 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. The Contractor shall treat all deliverables under the contract as 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. The 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. The 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. The 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 and all supporting documentation created as part of this contract. The Contractor shall deliver sufficient technical documentation with all data deliverables to permit the Agency to use the data. The 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, mode of transmission, or state of completion. No disposition of documents shall 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 files and penalties imposed by 18 U.S.C. 2701. Records shall not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. The Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship in support of this contract requiring the disclosure of information, documentary material, and/or records generated under or relating to this contract. The contractor is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Upon arrival at the facility, all contractor personnel shall check-in with a valid Driver License or Company ID to the Biomedical Engineering department. Prior to conducting services, the contractor shall be issued a visitor s badge which shall be worn above the waist during the contractor s visit. The contractor shall return to the same location to sign out and turn-in issued visitors badge along with the documented service report (as described in Section 5. DELIVERABLES) for the service performed. The Biomedical Engineering department located in Building 1, Room 1163. Signing in/out shall be during normal business hours: Monday Friday 8:00 am to 5:00 pm Arizona Standard Time excluding Holidays, reference federal holiday link in para 16. Failure to sign in/out shall result in failure to perform. Contractor FSE shall perform maintenance on scientific equipment which is NOT connected to any VA network. No photography of VA premises is allowed without written permission of the Contracting Officer. RISK CONTROL: The Contractor shall be escorted by the Agency. The Contractor shall need passes from the on-station Police Department. PERFORMANCE MONITORING: The Agency shall oversee work done by the contractor and accept the quality of work as appropriate; reference Section D for performance standards QASP. GOVERNMENT-FURNISHED EQUIPMENT (GFE)/GOVERNMENT-FURNISHED INFORMATION (GFI). The Agency shall provide utilities necessary for the equipment and Contractor to operate. These utilities include but are not limited to power and HVAC. The agency shall provide furniture necessary for the Contractor to operate on-site. These furnishing include but are not limited to stools and ladders. The Agency shall provide physical access to the equipment. The Agency shall initiate service calls. REMOVAL OF EQUIPMENT: Whenever possible, all repairs and preventive maintenance shall be performed at the PVAHCS. When that is not possible, the COR, POC or designee may give approval for service work to be done at another location. All transportation and shipping charges shall be at the expense of the contractor. VA property may not be removed from the PVAHCS prior to execution, and approval of all documents as required by Acquisition and Materiel Management Service. Hard drives and other storage media items may not leave VA property. Requirements for service reports for designated equipment not at this location are the same as for work done on-site. Service reports for incoming equipment shall be presented for signature at the time of delivery. If equipment is returned via commercial carrier, the service report may be included with the shipment The Contractor shall not remove any hard drives off station. All hard drives shall be turned into the COR. OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS: Possible Follow-on Work: If a device is found to require repair during preventive maintenance, then the Contractor shall repair the device. Non-Disclosure Requirements: The contractor shall have physical access to the equipment. Packaging, Packing and Shipping Instructions: All parcels and packages shall come through the Agency s warehouse to be distributed either through Biomedical Engineering or the field service engineer her/himself if s/he is on station to receive the package. All parcels and packages shall ship overnight. Inspection and Acceptance Criteria: The Agency shall sign off on the work completed if service is determined to be satisfactory. OVER AND ABOVE REPAIRS/EMERGENCY MAINTENANCE Contractor and Biomedical Engineering shall maintain the equipment in accordance with equipment Specific Task, paragraph 3. Contractor shall provide unlimited telephone technical support and onsite service calls. These service calls shall be used for any maintenance or repair service as determined by Biomedical Engineering. Telephone Response Time: Contractor 's FSE or Technical Support shall respond by telephone to Biomedical Engineering within four (4) hours after receipt of telephone notification during normal duty 8:00 AM to 5:00 PM AZ time Monday through Friday. If the problem cannot be corrected by Biomedical Engineering: For the enclosed equipment listing emergency services, repairs and maintenance that are over and above the PWS, if quote pricing is within the COR s Government Purchase Card (GPC) threshold, the COR will authorize payment. For emergencies over the COR s GPC threshold, only the Contracting Officer(CO) is authorized to approve contract modifications. Additional services shall be approved by the Contracting Officer prior to the contractor initiating any work. The contractor shall provide an on-schedule-quote to both the CO and COR for review and consideration. Additional funding will be provided by the facility as-needed for payment. Once an emergency modification has been issued to the contractor, the FSE shall be on site within 48 hours of modification emergency notification. Any work to be performed, which is not covered by this PWS, SHALL be approved by the Contracting Officer, through a modification, prior to the work being performed. GUARANTEE The contractor shall guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days PLACE OF PERFORMANCE: Phoenix VA Health Care System. 650 E. Indian School Rd. Phoenix, AZ 85012 HOURS OF COVERAGE: Delivery schedule consists of actual preventative maintenance visit and validation.  Scheduling shall be coordinated with the subject matter expert (SME) or through the COR.  Schedule timing shall be based on the equipment certification/calibration dates and equipment. See paragraph 19. equipment details for frequency requirements. Normal hours of coverage are Monday through Friday from 8:00 am to 5:00 pm Arizona Standard Time. All service/repairs shall be performed during normal hours of coverage unless requested or approved by the SME in coordination with the COR. Preventive maintenance shall be performed as scheduled by the SME or COR. Preventive maintenance shall be performed during normal hours of coverage. Work performed outside the normal hours of coverage shall be approved by the Contracting Officer. Funding for services that are outside the normal coverage hours or on holidays shall have approved modification prior to any service being allowed. NOTE: All hardware/software modifications, upgrades, updates, enhancements, installations etc., for the enclosed inventory listing shall be scheduled and performed during normal hours of coverage at no additional charge to the government. Federal Holidays observed are located at the following link: https://www.opm.gov/policy-data-oversight/snow-dismissal-procedures/federal-holidays/ f. A copy of a packing slip with purchase order number shall be furnished at the time the order is delivered. PARKING, SMOKING, AND VA REGULATIONS: It is the responsibility of the Contractor to park in the appropriate designated parking areas. Contractor shall not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any VA facility. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations shall result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. PERIOD OF PERFORMANCE CONTRACT YEAR DATES Base year 4/1/2019-3/31/2020 Option Year 1 4/1/2020-3/31/2021 Option Year 2 4/1/2021-3/31/2022 Option Year 3 4/1/2022-3/31/2023 Option Year 4 4/1/2023-3/31/2024 EQUIPMENT INVENTORY LISTING AND PRICING TO BE SUPPORTED: L/I SYSTEM SITE# EE# LOCATION GE Definium 8000- 1DET 602277A2228 53696 A2228-8 GE Discovery XR650 2D 623251DR1063 63487 1063-NWCL GE FlashPad Digital Wireless Detector 602VAOPT1FP 73633 C318-1 (ICU) GE FlashPad Digital Wireless Detector 602VAOPT2FP 73634 NURSE ST 1-1 (ER) GE Image Vault Server IV512243 1609-1 GE Logiq E9 LE9116722 73864 1234-1 GE Logiq E9 LE9118170 78563 D221-1 GE Logiq E9 LE9118337 78580 D222-1 GE Logiq E9 LE9130149 87398 D235-1 GE Logiq E9 LE9200739US5 93559 D205-1 GE Logiq E9 LE9200746US5 93560 D222-1 GE Logiq E9 LE9201653US6 96868 D221-1 GE Logiq E9 LE9201655US6 96869 D219-1 GE Logiq E9 LE9201699US6 96879 D224C-1 GE Logiq E9 LE9201735US6 96878 D224A-1 GE Logiq E9 LE9201797US6 96877 D224B-1 GE Logiq S7 R2 Expert LS7E295126 93097 UROLOGY GE Logiq S8 LS8262935 88165 150N-21 GE OEC Series 9900 Elite E2-0555 55536 D314-1 GE OEC Series 9900 Elite E2-0556 55537 D603-1 GE OEC Series 9900 Elite E2-3326 89857 D209-1 GE OEC Series 9900 Motorized MTS/Cardiac E2-4305 89266 D320A-1 GE Optima XR220AMX Digital Mobile X-Ray System 602VAOPT1 73633 C318-1 (ICU) GE Optima XR220AMX Digital Mobile X-Ray System 602VAOPT2 73634 NURSE ST 1-1 (ER) GE Standalone Echopac Software EPSW1A23 Cardiology GE TEE Probe VE95060196TEE 103414 4214A-1 GE TEE Probe VE95002112TEE 103413 A1325-8 GE TEE Probe VE95060104TEE 103415 4216-1 GE TEE Probe VE9005878TEE 69979 4214A-1 GE Vivid E95 VE95002112 103053 A1325-8 GE Vivid E95 VE95060104 103055 4216-1 GE Vivid E95 VE95060196 103054 4214A-1 19. SOURCES SOUGHT DETAILS NAICS CODE: 334517 - Irradiation Apparatus Manufacturing Small Business manufacturers for this NAICS code have a size standard.   The term of the contract is intended to be base contract plus 4 option years. It is anticipated that a Request for Quotes shall be issued in January 2019. Award of contract is contemplated by April 2019. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Businesses (SB), or Large Business capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. 20. INTERESTED PARTIES RESPONDING VIA EMAIL TO THIS SOURCES SOUGHT REQUEST SHALL SUBMIT THE FOLLOWING INFORMATION AT A MINIMUM: Company name, address, point of contact, phone number. DUNS number and company social-economic status. Lead time on delivery/ETA/Installation. Can your firm provide all services or just partial? (If partial, which line item?) Intentions of subcontracting program to include set-asides. Yes or No. (5a) If yes to (5), as the prime contractor, your firm shall confirm if it will comply with 15 USC 657s and 13 CFR 125.6 - limitations on subcontracting. Bottom line, your firm shall conduct over 50% of the service performance. If SDVOSB or VOSB, proof of registration in the VA Vet Biz websites or intention of registration prior to submission of offers to a solicitation - http://www.vip.vetbiz.gov/ Any other pertinent company documentation or product information. If potential contractors are interested in a site visit, contractor shall confirm interest via RFI response. The response date to this Sources Sought notice is January 11, 2019 at 12:00 pm EST time. Electronic submissions are preferred via email address of: dena.hallaren@va.gov. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government shall not pay any costs for responses submitted. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS SHALL NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION. DIRECT ALL QUESTIONS TO POC ONLY. 21. IMPORTANT INFORMATION: The Government is not obligated to nor shall it pay for or reimburse any costs associated with responding to these sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. 22. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25819Q0084/listing.html)
 
Place of Performance
Address: Phoenix VA Health Care System;650 E Indian School Rd.;Phoenix, AZ 85012-1839
Zip Code: 85012
Country: USA
 
Record
SN05187057-F 20190106/190104230016 (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.