Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
SOURCES SOUGHT

J -- ICU/Bariatric Bed Maintenance Contract

Notice Date
5/3/2024 12:25:51 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24624Q0818
 
Response Due
5/10/2024 5:00:00 AM
 
Archive Date
08/08/2024
 
Point of Contact
Keicha Passley, Contract Specialist, Phone: 757-726-6048
 
E-Mail Address
Keicha.Passley@va.gov
(Keicha.Passley@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice is not a formal request for proposals or quotes. No formal solicitation document exists at this time. The government will not reimburse participants for any expenses associated with their response to this notice. The Department of Veterans Affairs, Regional Procurement Office (RPO) East, Network Contracting Office (NCO) 6, on behalf of Veteran Affairs Medical Center Durham (including remote locations) is in the process of planning a requirement for services to include all OEM-recommended Preventative Maintenance and Inspections services and Corrective Maintenance Repairs on the item listed below. Additionally, please see the attached Performance Work Statement and equipment listing. This potential requirement may be for a base period of one year (1) and four (4) one-year option periods. The applicable NAICS Code is 339112 (Surgical and Medical Instrument Manufacturing) with a size standard of 1000 employees. The corresponding Product Service Code is J065. The VA is seeking written responses to assist with identifying potential sources that are interested in, and capable of, providing the services described. Please review the information contained herein and identify whether your company has the capability and interest to provide the services described. Please provide Hillrom Biomedical OEM training certification for the models of beds in equipment listing as well as your capability statement. Capability statement that demonstrates the firm s ability to meet the above requirement, should include: Company Name: Company Point of Contact Name, Email and Phone: Company UEI Number: Socioeconomic Category: Company GSA schedule (if applicable) under which these services can be purchased: Describe briefly the capabilities of your company and the nature of the services you provide relative to the current requirement for OEM-recommended Preventative Maintenance and Inspections services and Corrective Maintenance Repair Services. The Veterans First Contracting Program applies to VA contracts only. VA has a preference to award contracts to verified service disabled Veteran-owned small businesses (SDVOSBs) first, then to verified Veteran-owned small businesses (VOSBs),when market research provides a reasonable expectation that the VA will receive two or more offers from eligible SDVOSB/VOSB firms at a fair and reasonable price ( Public Law 109-461). Vendors having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this sources sought notice via e-mail to the Contract Specialist, no later than 10 May 2024 at 8:00 AM EST. Responses shall be emailed to: Keicha.Passley@va.gov See attached document: Equipment list. See attached document: Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1d1092893334101a27a02d5db615d2c/view)
 
Place of Performance
Address: Durham Veteran Medical Center 508 Fulton St Durham, North Carolina 27705, USA
Zip Code: 27705
Country: USA
 
Record
SN07053157-F 20240505/240503230041 (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.