Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2022 SAM #7645
SOURCES SOUGHT

D -- Television Service and Equipment Repair NMVAHCS

Notice Date
11/3/2022 2:13:28 PM
 
Notice Type
Sources Sought
 
NAICS
516120 —
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q0098
 
Response Due
11/7/2022 9:00:00 AM
 
Archive Date
12/07/2022
 
Point of Contact
Mirna Gastelum Romero, Contract Specialist
 
E-Mail Address
Mirna.GastelumRomero@va.gov
(Mirna.GastelumRomero@va.gov)
 
Awardee
null
 
Description
7 Page 7 of 8 Sources Sought Announcement: This is a SOURCES SOUGHT ANNOUNCEMENT ONLY , it is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources-sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential sources capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the Unique Entity ID number (f) Cage Code (g) Tax ID Number (h) Type of business, e.g. small or other, as appropriate and (i) must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below in italics. The New Mexico VA Healthcare System (NMVAHCS) located at 1501 San Pedro Drive, SE Albuquerque, NM, 87108, is seeking a qualified contractor who can fulfill a requirement to provide full service including parts and labor to perform television service and equipment repair on the Fisher house and CLC television equipment. No Government equipment will be used by the Contractor. Required Services: The contractor shall be responsible for preventive maintenance. The contractor shall be responsible for repair services. The contractor shall be responsible for all labor and travel. The contractor shall be responsible for all parts required to support OEM preventative maintenance and services. All parts must be OEM approved for use in the equipment The contractor shall provide the Agency with shipping labels. The contractor shall be responsible for ensuring the equipment stays connected to the television network. The contractor shall send a loaner if the unit cannot be repaired and sent back to the Agency within 48 hours. The contractor shall not replace the equipment without contacting the Agency for approval. The contractor shall verify that the equipment that was serviced is fully functional before sending it back to the Agency/returning it to use The contractor shall deliver a hard copy or electronic copy of a Field Service Report that delineates the service performed and confirms quality assurance tests results to Agency. Service technicians shall be certified on/by the television service provider to perform any services/maintenance on the enclosed specified equipment. The contractor shall provide documentation/copy of certification upon request. The contractor shall provide unlimited telephone technical support and onsite service calls. These service calls shall be used for any maintenance or repair service as determined by Biomedical Engineering. Telephone Response Time: The contractor's field service engineers (FSE) or Technical Support must respond by phone to Biomedical Engineering within four (4) hours after receipt of telephoned notification between the hours of 7:00 am to 4:00 pm Mountain Time, Monday through Friday. Important Information: The Government is not obligated to - nor will it pay for or reimburse any costs associated with responding to this sources-sought synopsis request. 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. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 516120 ($41.5 Million). Notice to Potential Offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM. Additionally, all 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 VetBiz Portal . All interested Offerors should submit information by e-mail: Mirna.GastelumRomero@va.gov. All information submissions to be marked Attn: Mirna Gastelum Romero Contract Specialist and should be received no later than 12:00 pm EST on the due date found on page 1 of this sources sought notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b857ec853a3748bab008aa3ec94f938b/view)
 
Place of Performance
Address: Department of Veterans Affairs 1501 San Pedro Drive, SE, Albuquerque 87108
Zip Code: 87108
 
Record
SN06509741-F 20221105/221103230102 (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.