Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2020 SAM #6838
SOURCES SOUGHT

Q -- 663-20-4-219-0310 NEW COVID-19 Purchase WATCHPAT ONE, Disposable Home Sleep Testing

Notice Date
8/17/2020 12:01:21 PM
 
Notice Type
Sources Sought
 
NAICS
621610 — Home Health Care Services
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26020Q0756
 
Response Due
8/21/2020 7:00:00 AM
 
Archive Date
09/20/2020
 
Point of Contact
Shawn Fernandez, Contract Specialist, Phone: 253-888-4919
 
E-Mail Address
shawn.fernandez@va.gov
(shawn.fernandez@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources that can provide portable sleep studies, brand name or equivalent to WatchPATONE Direct with WatchPATOne Direct Services. Equivalent equipment/services must satisfy the following salient characteristics: WATCHPATONE via WATCHPAT DIRECT It is a diagnostic home sleep apnea test that utilizes the Peripheral arterial signal (PAT) It measures up to 7 channels (PAT signal, heart rate, oximetry, actigraphy, body position, snoring and chest motion) via three points of contact. Within one minute post study the raw data is downloaded and auto scored identifying all types of apnea events. Sending the HSTs to patients home, providing 24 hour assistance, also will provide help with scoring the studies. The disposable systems will allow the VA to decrease the waiting time and will ease the veterans that live far away by having them shipped to their homes. Potential vendors having the capabilities necessary to provide the above stated equipment/service are invited to respond to this Sources Sought Notice via e-mail to Shawn Fernandez at shawn.fernandez@va.gov no later than August 21, 2020. No telephone inquiries will be accepted. A SOURCES SOUGHT QUESTIONNAIRE is below. Responses to the Questionnaire are encouraged from all interested parties. You are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. Please provide any additional feedback in your response that you feel is relevant. Source Sought Questionnaire: Company Name ___________________________________________ Phone Number ____________________________________________ Email Address ____________________________________________ DUNS ______________________ * Proof of Systems for Award Management Registration (SAM) is mandatory* 1. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. The North American Industry Classification System (NAICS) code is tentatively 621610, home healthcare services; the small business size standard for this NAICS is $15 Million. A size standard, which is usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of ""small"" varies by industry. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service-Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other (please specify) 2. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. 3. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. 4. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company. 5. If your company were selected, how many calendar days would your company need after the contract award date before completing providing services? _____ 15 days _____ 30 days _____45 days _____other (please list) 6. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns Readjustment Counseling Services. 7. Provide any additional feedback that you feel is relevant (i.e., problems or any other issues experienced with similar contracts). ______________________________________________________________________________ Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e453a8b8b3364265829108648d6dfa4d/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Puget Sound Health Care System 1660 South Columbian Way, Seattle, WA 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN05762192-F 20200819/200817230212 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.