Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOURCES SOUGHT

66 -- Palo Alto Pkg 12 Static Cages brand name Ancare or equal

Notice Date
2/27/2020 11:09:56 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
PCAC ACTIVATIONS (36A776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36A77620Q0051
 
Response Due
3/6/2020 8:59:59 PM
 
Archive Date
06/13/2020
 
Point of Contact
Ron Shelko, Contract Specialistronald.shelko@va.gov
 
E-Mail Address
ronald.shelko@va.gov
(ronald.shelko@va.gov)
 
Awardee
null
 
Description
Request for Information/Sources Sought Good afternoon! **IMPORTANT: Please read this email notice in full BEFORE responding!** The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is in the process of planning a requirement in which a contractor will be required to provide Static Cages and accessories, Ancre brand name or equal, for use in the new VA Palo Alto research facility (see salient characteristics, delivery specifications, and warranty specifications below). The VA is conducting market research and is seeking written responses with information to assist with identifying potential sources that are interested in, and capable of, providing the products described. Please review the information contained herein and identify whether your company has the capability and interest to provide the brand name items listed or equivalent items that possess the salient characteristics as described. Please see section titled SUBMITTAL OF RFI RESPONSE below for what information to include in your company s response. GOVERNMENT QUESTIONS The VA is requesting vendors answer the following questions in response to this notice. Are there any specifications for individual items that you believe may be too restrictive when taking into consideration industry standards (see draft Statement of Work)?� What specifications and why? Are there any accessories for any equipment item that are normally separately priced? What accessories? Are there any items that you would recommend be purchased separately?� What items and why? Is there any reason you would not be interested in responding to a solicitation?� What are the reason(s) and why? Do you have any questions or comments that may otherwise assist us? SET-ASIDE Complete responses to this notice will assist the VA in determining any potential set-aside for the requirement. Not providing all information requested in response to this notice may result in the VA being unable to determine a vendor potentially capable of satisfying the requirement and, subsequently, if the rule of two criteria is not met, a specific set-aside category may not be decided by the Contracting Officer. AUTHORIZED DEALER/DISTRIBUTOR VERIFICATION This requirement is for new equipment ONLY; remanufactured or gray market items will not be accepted. Gray market, also known as parallel market is the trade of a commodity through distribution channels which, while legal, are unofficial, unauthorized, or unintended by the original manufacturer. Products that are purchased outside of our authorized distributor network on the gray market generate a number of concerns such as: counterfeit or adulterated devices, inadequate storage conditions, tracking issues in case of a recall, loss of warrantee, and most importantly patient safety. In some instances unauthorized distributors procure products from an authorized distributor for resale. However,�authorized distributors purchase products at list price, and the unauthorized distributors are reselling the product at a price point below list price, which raises questions about product sourcing. Any vendor interested in this requirement shall be an Original Equipment Manufacturer (OEM) authorized dealer or distributor for the proposed equipment/system such that OEM warranty and services are provided and maintained by the OEM or that the OEM gives authorization to the vendor to fulfill all warranty, service, and/or preventative maintenance obligations for the equipment on their behalf. All software licensing, warrant, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. To assist the VA in determining any potential set-aside, we are requesting vendors provide the authorized dealer/distributor letter in response to this Request for Information (RFI). Any future solicitation will include the requirement for vendors to provide authorized dealer verification for all items of equipment. To satisfy this requirement, the vendor shall provide the original documentation from the manufacturer stating they are an authorized dealer/distributor for the items being procured. This letter shall be on the manufacturers official letter head or from an official manufacturer email and guarantees the products are safe, are not counterfeit or adulterated devices, have maintained adequate storage conditions, and that: All product warranties and service and/or preventative maintenance agreements transfer to the VA and will be honored by the OEM or Guarantees that the OEM gives authorization to the vendor to fulfill all warranty, service, and/or preventative maintenance obligations for the equipment. SALIENT CHARACTERISTICS/DELIVERY SPECIFICATIONS/WARRANTY SPECIFICATIONS See attached: P01-FINAL 2.27.20 Sal_Char_Ancare Cages to be posted. P01-DELIVERY schedule Pkg 12 Ancare Cages FINAL P01-PRICE SCHEDULE Ancare Cages FINAL SUBMITTAL OF RFI RESPONSE If you believe you are capable of meeting this requirement, please provide a complete response no later than Friday March 6, 2020 at 11:59 PM (Eastern). A complete response satisfies the information requested below. The Government requests responders provide the following information: Company information including name, address, point of contact, and DUNS Number The make and model information for each item, If an equivalent item will be proposed, cut sheets containing specifications, Authorized dealer verification (see below), The contract number of any applicable GSA schedule if one exists from which these items can be procured, and Answers to government questions Further, if you believe a different NAICS code or Product Service Code (PSC) is a better fit for the subject requirement, please provide that information to us as well. NAICS: 334516 Instruments and Instrumentation systems for laboratory analysis PSC: 6640 Laboratory Equipment and Supplies NOTE: This email is being sent solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time, no solicitation exists; therefore, please do not request a copy of the solicitation. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined. Thank you!
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5be0b052a19c4a99b522a29fafe41a08/view)
 
Place of Performance
Address: VA Palo Alto;Chipman Relocation & Logistics;1555 Zephyr Ave.;Hayward, CA;94544
 
Record
SN05575020-F 20200229/200227230144 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.