Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 08, 2021 SAM #7251
SOURCES SOUGHT

J -- Preventative Maintenance/ Calibration of audiology equipment

Notice Date
10/6/2021 3:20:33 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26022Q0033
 
Response Due
10/13/2021 5:00:00 PM
 
Archive Date
10/23/2021
 
Point of Contact
Michael J Gamby, michael.gamby@va.gov, Phone: 360-816-2775
 
E-Mail Address
Michael.Gamby@va.gov
(Michael.Gamby@va.gov)
 
Awardee
null
 
Description
Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The intended contract is a firm-fixed price contract. A SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. It does apply to all other socioeconomic small business categories. The Department of Veterans Affairs, NCO20 is looking for Contractors to perform semiannual audiology calibration services for the Puget Sound Healthcare System, including CBOCs. Background/ Statement of Work: Selected vendor must be able to provide full contract support immediately upon award of a resulting order. Vendor will provide full maintenance support for the items listed in below. This contract shall provide for maintenance services for which the item to be repaired will be sent to the vendor for repair. See attachment for Equipment and Locations. Scope: The Contractor shall comply with Federal, State, and Local Laws, plus any Federal Regulations as applicable to the performance of this contract. The Contractor shall not accept any instructions issued by any person employed by the U. S. Government, other than: the Contracting Officer (CO), or the Contracting Officers Representative (COR), all acting within the limits of their authority. The Contractor shall be qualified / authorized by the Original Equipment Manufacturer (OEM) to perform Preventative Maintenance and Repair Support Holmium laser. Contractor shall maintain qualifications throughout entire contract period. Qualification includes but not limited to the certification of all repair persons and repair facilities by the OEM as being trained / qualified to perform required repairs. The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance. Specific tasks: Preventative Maintenance/ Calibration of audiology equipment located at VA Seattle Division, VA American Lake Division, and VA Mt. Vernon CBOC for the contracted period. The contractor shall furnish calibration test equipment to recalibrate and meet equipment specifications. Report will be acceptable electronically or paper format stating service provided and outcome of repaired equipment. The C&A requirements do not apply and a Security Accreditation Package is not required. Performance Monitoring: The tasks are well defined and can, therefore, be easily monitored by the Government POC, who shall represent the Government for this process. Contractor performance will be monitored and the work certified by the POC. The POC will assure contractor quality by routine inspections, product sampling, and monitoring of work while work is being performed. Security Requirements: The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required. Place of Performance: 1. Seattle VAMC: 1660 S. Columbian Way, Seattle WA 98108 2. American Lake VAMC: 9600 Veterans Dr SW, Lakewood, WA 98498 3. Mount Vernon CBOC: 307 S 13th St Ste 200, Mount Vernon, WA 98274 VA Medical Center Equipment and Locations: Seattle VA Medical Center 1) TYMPSTARS SNs 20030198, GS0049482 1 EA 2) VERIFITS SNs 2591, 2091, 3902, 5367, 5365 5 EA 3) NAVPRO ABR SN 03J1738D, 11C06348T 2 EA 4) IAC SOUND ROOOMS A, B, C, D 4 EA 5) VERIFIT V2 SN C1701, C1825, C1824 3 EA 6) AUDX PRO SN15J023609A 1 EA 7) TYMPSTAR PRO SN GS0070097, GS0049630, GS0071591, GS0071602 4 EA 8) MA41 SN MA9003517 1 EA 9) ASTERA hf SN 402356HF, 402355HF, 402353HF, 363919HF 4 EA 10) ASTERA SN 402356, 402355, 402353, 363919 4 EA 11) EASYTYMP SN MA9002554 1 EA American Lake Medical Center 1) GSI TYMPSTARS SNs AL083488, AL062271 2 EA 2) GSI TYMPSTAR PRO SN s GS0064352, GS0069092, GS0069950, GS0069990 4EA 3) VERIFITS SNs 1439, 3901, 2592, 1437, 1438, 5366 6 EA 4) NAVPRO SN NPO3H0659, 17I008113N 2EA 5) SCOUT OAE SN NPO3H0659, 17I008113N 2EA 6) IAC SOUND ROOMS SNs SP161-85-663A4, SP160-85-663A4, SP157-85-663A4, SP156-85-663A4 4EA 7) TRACOUSTICS SOUND ROOM SN 142-B-5182 BLD 6 1 EA 8) VERIFIT 2 SN S C1699, C1700 2EA 9) AUDX PRO SN 12I9001E 1EA 10) ASTERA SN s 896016, 896017,896018, 896019 4EA 11) ASTERA hf SN s 896016hf, 896017hf,896018hf, 896019hf 4EA 12) EASYTYMP SN MA9041100 1EA Mount Vernon CBOC 1) GSI 61s SNs GS10259, GS10252 2EA 2) TYMPSTAR V2s SNs GS13708, GS13701 2EA 3) VERIFITS SNs 4640,4641,4639 3EA 4) IAC SOUND ROOMS Room A, Room B 2EA 5) TYMSTAR SN 2003-0198 1EA 6) AUDX Pro SN 14F02903A 1EA Potential contractors shall provide, at a minimum, the following information to Michael.gamby@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 811219. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. 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. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. Responses are due by 10/13/2020 17:00 am PST, to the Point of Contact. Point of Contact: Michael Gamby Contract Specialist Michael.gamby@va.gov 360-816-2774
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7d545079e4284643b5981b7016e85efe/view)
 
Record
SN06152851-F 20211008/211006230123 (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.