SOURCES SOUGHT
J -- EQUIPMENT MAINTENANCE
- Notice Date
- 2/10/2020 12:59:40 PM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 259-NETWORK CONTRACT OFFICE 19 (36C259) GLENDALE CO 80246 USA
- ZIP Code
- 80246
- Solicitation Number
- 36C25920Q0187
- Response Due
- 2/26/2020 8:59:59 PM
- Archive Date
- 04/26/2020
- Point of Contact
- SHAWNA BAUMERT
- E-Mail Address
-
ian.boettcher@va.gov
(ian.boettcher@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCE SOUGHT NOTICE / RQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL AND/OR QUOTE. The Department of Veterans Affairs (VA), Veterans Integrated Systems Network (VISN) 19 and the Network Contracting Office (NCO) 19 are performing market research to determine if there are sufficient numbers of qualified (1) Service Disabled Veteran Owned Small Business; (2) Veteran Owned Small Business; or (3) Small Business to set aside a Firm Fixed Price requirement for Equipment Maintenance services for the Salt Lake City VA Medical Center. The Government will use responses to this notice to help make the appropriate acquisition strategy decision. SCOPE: The Contractor shall be on-site at the George E. Wahlen, VA Salt Lake City, Health Care System, Pathology and Laboratory Medicine Service, 500 Foothill Drive, Salt Lake City, Ut 84148; to provide all equipment, parts, standards, labor, supervision, technical manuals, and transportation necessary to perform one preventive maintenance service visit per year and any emergency repair service as required by the United States Government for the following VA owned equipment: LEICA MICROTOME, MODEL RM2255 LEICA MICROTOME, MODEL RM2255 MILESTONE TISSUE PROCESSOR, MODEL LOGOS J SARSTEDT DECAPPER, MODEL DC/RC 900 FLEX CONFORMANCE STANDARDS All services provided under this contract must be performed in conformance with the Federal Drug Administration (FDA), Occupational Safety and Health Administration (OSHA), College of American Pathologist (CAP), and Original Equipment Manufacturer Standards and specifications. HOURS OF WORK Hours of work for preventive maintenance and repairs are defined as Monday through Friday from 8:00 a.m. to 5:00 p.m., excluding holidays. The Contractor is not responsible to provide services on the following federally recognized holidays: New Year s Day Labor Day Martin Luther King s Day Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Fourth of July Christmas Day ***Also, any other day declared by the President of the United States to be a national holiday. All interested firms shall submit a response demonstrating their capabilities regarding the above requirement. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely with the Government discretion. Firms responding should indicate whether they are, or are not, a service-disabled veteran owned small business, a veteran owned small business, or any other type of small business business. The NAICS code to be used for this acquisition is 811219 is applicable to this acquisition, and the size standard is $22.0 milion. The Government reserves the right to consider all types of small business set-asides based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources-sought synopsis is voluntary. This sources-sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and verified within VetBiz. Visit www.vetbiz.gov for details. All responses must be received by 02-26-2020 at 12:00 pm MT POC for this notice is Shawna Baumert / Shawna.Baumert@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f5c3e03e0e4b4b729f7f0ff0a9655206/view)
- Place of Performance
- Address: VA Salt Lake City Health Care System;ATTN: Pathology and Laboratory Medicine Service;500 FOOTHILL DRIVE;SALT LAKE CITY, UTAH 84148, USA
- Zip Code: 84148
- Country: USA
- Zip Code: 84148
- Record
- SN05556140-F 20200212/200210230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |