Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 28, 2025 SAM #8768
SOURCES SOUGHT

J -- PMR GE ASSUREPOINT MUSE

Notice Date
11/26/2025 10:06:43 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26226Q0157
 
Response Due
12/5/2025 2:00:00 PM
 
Archive Date
12/20/2025
 
Point of Contact
Jasmon Cornick, Contract Specialist, Phone: 480-466-7924
 
E-Mail Address
jasmon.cornick@va.gov
(jasmon.cornick@va.gov)
 
Small Business Set-Aside
VSA Veteran Set Aside
 
Awardee
null
 
Description
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 qualified Small Businesses interested and capable of providing the services described below. The priority is to find two or more Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB). 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 following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number and (h) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. CONTRACT REQUIREMENTS DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: The Vendor shall perform at least one on-site, or remote, planned maintenance (PM) inspection during the contract period. PM inspection shall be scheduled by direction of the Contracting Officer Representative (COR) or designee. Hardware parts and applicable software updates shall be included in the support agreement. The Vendor shall provide all software licensing required for full functionality of the clinical system. The C&A requirements do not apply, and a Security Accreditation Package is not required. Telephone support services shall be available 24 hours a day, 365 days a year. On-site service calls shall be included, with a response time of five (5) business days. Vendor shall provide the COR an electronic copy of the field service report after every PM or on-site service call within seven (7) calendar days. At a minimum, this report must contain a detailed description of any services or repairs performed for each item of equipment, and must also include a listing of replacement parts, when applicable, total hours of service, safety check, performance data, and the date. The report will also include any Vendor recommendations necessary to maintain the equipment in optimum operating condition. Service Technician shall document and report to the COR any unsafe conditions or signs of misuse or abuse regarding this medical equipment. PLANNED MAINTENANCE INSPECTIONS (PMI) AND INTERVENING SERVICES: Planned maintenance (PM) services shall include, but not limited to the following: Cleaning of the equipment; Reviewing operating software diagnosis to ensure that it is operating in accordance with the manufacturer s specifications; Calibrating and lubricating the equipment; Performing intervening maintenance; Testing and replacement of faulty and worn parts and/or parts which are likely to become faulty, fail, or become worn; Inspecting and replacing, when indicated, electrical wiring and cables for wear and fraying Inspecting and replacing, when indicated, all mechanical components. The Contractor shall furnish documentation, all measurements, and calibration data collected to ensure that the system is performing in accordance with the manufacturer s performance standards. PMIs shall be performed during normal working hours of the VASDHC. PMIs shall be scheduled a minimum of three (3) days in advance with the COTR and performed during the first five (5) working days of the months specified in the PM plan. PMI s shall be performed in accordance with manufacturer s instructions, specification and at the intervals depicted in the schedule of services. This contract also includes all intervening service calls during normal working hours and parts required for maintaining this equipment in optimum operating condition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/162503773ae7434d970dad6f39537b01/view)
 
Place of Performance
Address: Department of Veteran Affairs Jennifer Moreno VA Medical Center San Diego VA Healthcare System 3350 La Jolla Village Drive, San Diego 92161, USA
Zip Code: 92161
Country: USA
 
Record
SN07652884-F 20251128/251126230039 (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.