Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2019 FBO #6499
DOCUMENT

H -- 12-Month Radiation Dosimetry Service Contract for Radiation Safety Officer (VA-19-00083194) - Attachment

Notice Date
9/9/2019
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
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
36C26219Q1331
 
Response Due
9/13/2019
 
Archive Date
9/28/2019
 
Point of Contact
James Simms
 
E-Mail Address
james.simms@va.gov
(james.simms@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is NOT a solicitation. This is a Sources Sought synopsis for market research only. The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classification relative to NAICS 541380 (size standard $15,000,000.00). Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought, a solicitation announcement may be published. Responses to this Sources Sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs VA, VISN 22 Network Contracting Office, is seeking sources that can provide dosimetry services for the VA Long Beach Healthcare System, 5901 E 7th Street Long Beach, California 90822. Request items (or equivalent) are listed below at lowest price technically acceptable. Item Description Unit Qty 12-month Dosimetry Service for monitoring Radiation exposure. The line items listed below is an itemized break-down of the required services for this account. The various badges and rings will be collected by the vendor throughout the term of the Contract to detect and measure Radiation exposure. Memos and summaries/reports are also required. 1 Luxel+ Service: Pa, 1MO Item Number: 00100-1 MO EA 360 2 Luxel+ Service: Pa, 3MO Item Number: 00100-3 MO EA 900 3 Luxel unreturned dosimeter fee - Item Number: 01030-000 EA 220 4 Additional dosimeter fee - Item Number: 01106-000 EA 35 5 Sort & Pack Fee, Single Ship Site - 01112-000 EA 18 6 TLD Service: S, 3MO - 01400-3MO EA 80 7 TLD S unreturned dosimeter fee - 01430-000 EA 24 8 ALARA Annual Report per year base fee - 02000-1YR EA 1 9 ALARA Annual Report per person fee - 02001-000 EA 175 10 ALARA Quarterly Report per quarter base fee - 02004-3MO EA 4 11 ALARA Quarterly Report per person fee - 02005-000 EA 700 12 ALARA Memo per year base fee - 02008-1YR EA 1 13 ALARA Memo per memo fee - 02009-000 EA 25 14 METER Report - 02029-1MO EA 12 15 Statistical Summary Report per year base fee - 02032-1YR EA 1 16 Statistical Summary Report per person charge - 02033-000 EA 175 17 Dosimetry Report copy different site - 02052-000 EA 810 18 Equivalent Form 5 on CD per person fee - 02131-000 EA 1 19 Equivalent Form 5 annual report per person fee - 02149-000 EA 175 20 Equivalent Form 5 termination report - per person fee - 02153-000 EA 30 21 RadFacts dashboards on myLDR per person fee - 02178-1MO EA 2100 22 RaySafe real lime dosimetry, 2 units rented (leased) one will go in the cath lab and one will go in the IR suite. $635.00 per month for each unit. EA 1 See required supplies/items listed in the table above. These requirements (or equivalent product/solution) MUST be met in order to be considered for this procurement. All Shipping and Handling must be included (if applicable) and must not exceed $249. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services (or equivalent) that fulfill the required specifications. If you are interested and capable of providing the sought-out services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this source sought announcement? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) 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 type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Interested parties of sources sought must be an authorized reseller, distributor, or dealer. Verification can be provided by an authorization letter or other documents from the manufacturer. No exceptions, must be a manufacturer authorized distributor Responses to this notice shall be submitted via email to james.simms@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, September 13, 2019 at 1:00 PM, PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q1331/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26219Q1331 36C26219Q1331_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5146274&FileName=36C26219Q1331-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5146274&FileName=36C26219Q1331-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05436003-W 20190911/190909230752-22fd59f01d430cf86984145c5c6c8ea6 (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.