Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOURCES SOUGHT

J -- Portland, OR Philips Equipment Move

Notice Date
4/19/2023 12:20:07 PM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0502
 
Response Due
4/26/2023 5:00:00 PM
 
Archive Date
05/06/2023
 
Point of Contact
Michael J Gamby, Contract Officer, 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. 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 Portland VA Medical Center (PVAMC) requires a one-time service to have Philips Monitoring equipment moved from 3C-113 to 3C-123. Salient Characteristics 1. Scope Move all Philips monitoring equipment currently located in 3C113 to 3C123. Provide speaker kit to allow IX alarms to go to Remote Workstations Provide enclosures for all ceiling mounted APs 2. Specific Tasks General Requirements: Work shall be performed in an effort to minimize impact to patient care. This will be coordinated in advance of the work being completed VA Portland shall not incur any additional cost associated with disposal of materials. All work shall follow standard infection prevention protocol. This is to include: Dust containment by utilizing mobile dust containment cart utilizing a HEPA filter. This will be provided by contractor. Dust containment is to be used for every instance a ceiling tile is to be removed. No ceiling tile is to be left open unless dust containment cart is in use. All dust containment and infection prevention equipment to be provided by the vendor at no additional cost All cable will be provided. VA Portland shall not incur additional cost if more cable is used. Contractor will replace any broken ceiling tiles with exact matches. Contractor to ensure that if there are any penetrations through smoke or fire barriers, the appropriate and approved material is used to repair them. Fire stop/smoke barrier repairs must pass VA and fire marshal inspection. All cable will be cat 6a terminated with RJ-45 (male termination used for cables ends in server rooms, female terminations used for cable ends in clinical spaces) or multimode fiber cable terminated with LC connections as noted in Scope. All wall plates and boxes shall be replaced with new equipment that is similar to existing. All wall plates and boxes shall be firmly secured to the wall or ceiling as noted in scope. All work shall be started no later than March 31st and completed no later than April 31st. A service report shall be provided via hardcopy. 3. Performance Monitoring The tasks are well defined and can, therefore, be easily monitored by the Government point of contact (POC), who shall represent the government for this process. The 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. 4. Security Requirements All contractor employees will be hosted/monitored/escorted by PIV d VA personnel while onsite. Contractors will undergo background checks in accordance with VHA policy 5. Other Pertinent Information or Special Considerations. Philips requires only certified trained technicians to provide service on the equipment or to relocate the equipment. In addition, Philips requires that only certified parts be used that can meet our original equipment manufacturers specifications. Philips also hold the proprietary license and related authorizations for Philips Monitoring products, supplies, service, and support. 6. Inspection and Acceptance Criteria. The POC is responsible for certifying that the work done under this contract is performed to standard. The POC is also responsible to assure the inspection and acceptance of products provided incidental to services. 7. Place of Performance. Work will be performed at the PVAMC. 8. Period of Performance. One-time service 9. Delivery Schedule. SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Repair & Maintenance Contractor determined service report 1 hard copy, 1 emailed copy Within 10 days after completion of work. 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 811210 Electronic and Precision Equipment and Maintenance. 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. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (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 4/26/2023 11:00 am PST, to the Point of Contact. Shipping Address: Portland VA Medical Center 3710 SW US Veterans Hospital Rd Portland, OR 97239 Point of Contact: Michael Gamby Contract Specialist Michael.gamby@va.gov 360-816-2774
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/54c2043754924aafa5339f46998ec066/view)
 
Record
SN06656377-F 20230421/230419230119 (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.