DOCUMENT
J -- Sterilization and SPS Equipnent PM Intent to Sole Source VAMC Memphis, TN - Attachment
- Notice Date
- 9/8/2019
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C249
- Archive Date
- 10/8/2019
- Point of Contact
- Christina (Tina) Smith
- E-Mail Address
-
5-6395<br
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs, Network Contracting Office 9, hereby provides notice of its intent to award a sole-source, firm-fixed-price contract, for a base period of one year and three (3) option years, to Advanced Sterilization Products Division of Ethicon, Inc., 33 Technology Drive, Irvine, CA 92618-2346. The contract is expected to be awarded under FAR 6.302-1. The period of performance shall be a base year beginning 10/01/2019 through 09/30/2020 and 3 option years. The contract will provide Advanced Sterilization Products (ASP) including STERRAD ® Systems, EVOTECH ® Endoscope Cleaner and Reprocessors, preventative maintenance in accordance with the manufacturer s specifications. These services will be provided at the Lexington VAMC, 1101 Veterans Dr, Lexington, KY, 40502. NAICS code: 811219 Other Electronic and Precision Equipment Repair and Maintenance (SBA Size Standard $22 Million). To be considered eligible for consideration, vendor must have a field service representative located with 24 hours of travel time that has been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment he/she is being asked to provide services for. In addition, approved and proprietary parts are necessary to service all ASP systems. These parts are only available to ASP authorized personnel. Bidders must provide, upon request, documentation of factory certified service/maintenance training on the specific equipment under the terms of this contract. The Contracting Officer and/or Contracting Officer Representative (COR) specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment, based upon credentials provided. The contractor shall maintain sufficient stock of parts needed for repair and maintenance of the equipment or be able to secure parts within twenty-four (24) hours. All parts used shall be new OEM parts only. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than September 13, 2019 at 5:00PM, Central Time (CT). A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE 36C24920C0042 STERRAD/ETHICON SERVICE CONTRACT in the subject line. Documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Officer, Christina Smith by email at Christina.Smith@va.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C249/listing.html)
- Document(s)
- Attachment
- File Name: 36C24920C0042 36C24920C0042_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5144700&FileName=36C24920C0042-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5144700&FileName=36C24920C0042-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24920C0042 36C24920C0042_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5144700&FileName=36C24920C0042-000.docx)
- Record
- SN05435608-W 20190910/190908230043-89f46f2726d3ae17308c77731551267f (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 |