DOCUMENT
66 -- CHEMDAQ SENSOR USAGE AGREEMENT SYRACUSE VA MEDICAL CENTER - Attachment
- Notice Date
- 2/13/2015
- Notice Type
- Attachment
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Veterans Affairs;Canandaigua VA Medical Center;400 Fort Hill Ave.;Canandaigua NY 14424
- ZIP Code
- 14424
- Solicitation Number
- VA52815R0106
- Archive Date
- 5/14/2015
- Point of Contact
- Les.Lecceardone@va.gov
- E-Mail Address
-
Contracting Officer
(Les.Lecceardone@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: VA528-15-R-0106 Notice Type: Special Notice of Intent to Sole Source This is a SPECIAL NOTICE ANNOUNCEMENT ONLY. The Department of Veteran Affairs, VISN 2 Network Contracting Office intends to award a sole source contract for the Syracuse VA Medical Center, 800 Irving Avenue; Syracuse, NY 13210. This proposed contract action is for a service in which the Government intends to award a Base Year with four (4) possible Option Years, firm, fixed-price contract with only one source, Chemdaq, Inc. of 300 Business Center Drive, Suite 330 under the authority Federal Acquisition Regulation (FAR) Part 8.405-6, Limited Sources Justification. Place of Performance: Department of Veterans Affairs Syracuse VA Medical Center 800 Irving Avenue Syracuse, New York 13210-2716 Purpose and Objectives: The intent of this Special Notice is to identify potential offerors capable of providing an on-site service plan to include the following services for the equipment currently in use at the Syracuse VA Medical Center. The contractor shall provide Sensor Calibration/Exchange (SXP) Service Agreement. The Chemdaq gas monitoring system requires regular maintenance and calibration. The offeror shall provide monitoring service, sensor calibration and provide freshly calibrated replacement sensors as required. All repair personnel must be fully qualified, OEM certified in order to work on this equipment. Fully Qualified is based upon training and on experience in the field. For training, the Service Representatives must have successfully completed a formalized training program, for the equipment identified herein. Certifications and/or training records may be requested. EQUIPMENT LIST: DESCRIPTIONModelSTOCK# STERI-TRAC ONE YEAR SENSOR USAGE EtOST1-ESXP1 STER-TRAC ONE YEAR SENSOR USAGE H2O2ST1-HSXP1 STER-TRAC ONE YEAR SENSOR USAGE PAAST1-PSXP1 STER-TRAC ONE YEAR SENSOR USAGE EtOST2-ISESXP1 Response: Responses to this Special Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. The purpose of this Special Notice announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and 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. No funds have been authorized, appropriated, or received for this effort. Responses should include the following information: Business name, address, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. All offerors must be registered in the System for Award Management (www.sam.com) and Representations and Certifications must be completed prior to any future offer. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to provide the full maintenance and repair service on equipment listed. Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. 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. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 334519. Any offeror capable of providing this service shall notify the Contracting Officer by email by February 19, 2015 at 10:00AM. All information is to be submitted via e-mail to: Les.Lecceardone@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/VA52815R0106/listing.html)
- Document(s)
- Attachment
- File Name: VA528-15-R-0106 VA528-15-R-0106_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1865705&FileName=VA528-15-R-0106-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1865705&FileName=VA528-15-R-0106-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA528-15-R-0106 VA528-15-R-0106_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1865705&FileName=VA528-15-R-0106-000.docx)
- Record
- SN03642863-W 20150215/150213235212-b71f7f89e6f834cc195d8d06d9c4a180 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |