SOURCES SOUGHT
J -- Nansonic, Trophon 2 Ultrasonic Transducer Disinfector
- Notice Date
- 11/7/2023 10:20:24 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- W40M USA HCA JBSA FT SAM HOUSTON TX 78234-0000 USA
- ZIP Code
- 78234-0000
- Solicitation Number
- 0011988651
- Response Due
- 11/3/2023 1:00:00 PM
- Archive Date
- 11/13/2023
- Point of Contact
- Clarence C Cude, Jr, Phone: 2545538440
- E-Mail Address
-
clarence.c.cude.civ@mail.mil
(clarence.c.cude.civ@mail.mil)
- Description
- This is a sources sought notice announcement and market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. The Medical Readiness Contracting Office � West (MRCO-W),� Fort Cavazos Health Contracting Brand (CavHCB), Fort Cavazos, Texas, 76544-4752, has an upcoming requirement to award a non-personal service for the maintenance of eight (8) Nansonic, Trophon 2 Ultrasonic Transducer Disinfectors located at Irwin Army Community Hospital (IACH), Fort Riley, Kansas, 66442-4030.� This request is anticipated to result in a Firm Fixed-Priced contract. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees�, regarding this requirement is strictly prohibited. � The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these supplies. The acquisition strategy of this award will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The North American Classification System (NAICS) code for this requirement is 811210, �Electronic and Precision Equipment Repair and Maintenance.�� The Small Business Size Standard is $34M. ��������������������������������������������������������������������������������������������������������������������������� Responses to this sources sought notice should demonstrate the firm�s ability, capability, and responsibility to provide and deliver the products listed below. In response to this notice, interested parties shall submit a written Statement of Capability limited up to 3 pages and shall include the following information: �Offeror�s name, address, point of contact, phone number, and e-mail address. �Offeror�s interest in providing a proposal/quote on the solicitation if one is issued. �Offeror�s capability to provide the products being requested. �For reference the proposed offeror must be able to provide the following item(s): The Contractor shall perform preventive maintenance, repair services for the equipment. On-site services must be performed between the hours of 7:30am � 4:30pm Monday through Friday. Overtime is not authorized. The Contractor shall provide technical telephone and assistance between the hours of 7:00am � 6:30p, ET Monday through Friday. The Contractor shall use reasonable efforts to respond telephonically within 1 hour during normal duty hours. The Contractor will provide loaner equipment if required. The Contractor shall ship loaner equipment to the Government before equipment requiring service (PM or Repair) is sent back to the Contractor facility. The Contractor shall provide annual preventive maintenance services, and parts necessary for equipment to remain in compliance to OEM standards at no additional cost to the Government. �Contractor will provide overhaul (major service) of any equipment that reaches the 5,000-cycle limit. This service is separate from the annual preventative maintenance and will be scheduled at the time the limit is reached. �Repair service shall primarily be performed off-site. If the Contractor determines that an on-site service is required, the Contractor shall make all reasonable efforts to have a field service technician dispatched by the next business day. Contractor shall repair or replace any parts that need repair or replacement. Replacement parts will be OEM new or OEM reconditioned. Contractor shall provide Government POC with the approximate date of availability for parts required but not in stock. Contractor shall make all reasonable efforts to have out of stock replacement parts provided within 5 days. Contractor shall provide shipping box for malfunctioning equipment to be shipped to Contractor facility. The Contractor shall be responsible for postage charges to and from the Government facility for the equipment being repaired.� Contractor shall provide OEM authorized product updates and modifications for improved product performance reliability. If applicable, upon completion of preventative maintenance calibration, certification documentation will be provided with the equipment when the equipment is returned to the Government facility. The Contractor shall submit reports to the Government Representative or Contracting Officer as requested for use in monitoring Contractor performance. Upon completion of scheduled and unscheduled services by the Contractor, a service report shall be provided with the return shipment of the equipment and/or via email to the Clinical Engineering The service report shall include: �Contract number �Contractor�s name (full printed and signed name). Equipment identification data. System nomenclature, site name, model. ��Detailed information regarding MD/MDS malfunction and corrective action(s) taken, preventive maintenance, and calibrations verified and/or performed. Explanations of any deferred or delayed repair action with a projected completion date. ��A list of parts replaced with part numbers, and/or serial numbers. Offeror MUST be able to provide repair and preventative maintenance services at Irwin Army Community Hospital (IACH), Fort Riley, Kansas,66442-4030. Offeror�s provide substantial proof of the ability to perform on a contract of this magnitude and complexity, the non-personal service for the maintenance of eight (8) Nansonic, Trophon 2 Ultrasonic Transducer Disinfectors located at Irwin Army Community Hospital (IACH), Fort Riley, Kansas,66442-4030.� Documentation must be presented in sufficient detail for the Government to determine that your company possesses the necessary means to compete for this acquisition. Offeror�s type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability. Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. 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.� No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government. Interested Offeror shall respond to this sources sought notice no later than 13 November 2023 at 3:00 P.M Central Standard Time. All interested businesses must be registered in the System for Award Management (SAM) at https://beta.SAM.gov �to be eligible for award of Government contracts. Email your response to Clarence C. Cude, Jr., Contract Specialist: clarence.c.cude.civ@health.mil. Telephonic inquiries will NOT be honored. EMAIL IS THE ONLY CURRENT METHOD FOR CONTACT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b5a703fc735d40cdb7414107b10bac4a/view)
- Place of Performance
- Address: Fort Riley, KS 66442, USA
- Zip Code: 66442
- Country: USA
- Zip Code: 66442
- Record
- SN06878835-F 20231109/231107230135 (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 |