Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2019 SAM #6566
SOURCES SOUGHT

65 -- Philips Ultrasound Transducers Replacements

Notice Date
11/19/2019 3:12:40 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620Q0121
 
Response Due
11/21/2019 8:59:59 PM
 
Archive Date
12/21/2019
 
Point of Contact
Kever L SwaffordContracting Officer713-794-7218kever.swafford@va.gov
 
E-Mail Address
kever.swafford@va.gov
(kever.swafford@va.gov)
 
Awardee
null
 
Description
DEPARTMENT OF VETERANS AFFAIRSNETWORK CONTRACTING OFFICE (NCO) 16MICHAEL E. DEBAKEY VA MEDICAL CENTER (VAMC), HOUSTON, TEXASREQUEST FOR INFORMATION 36C25620Q0121BACKGROUND:The Houston VAMC has a requirement for the following brand name supplies:Item #Description/Part Number*Qty1Transducer, C10-3v Compact, RoHS 32Transducer, X8-2t 23X5-1 Compact Connector Transducer Assembly 14Michael E. Debakey Medical Center is conducting Market Research to identify contractors capable of replacing three (3) Philips C10-3v Compact transducers, two (2) Philips X8-2t transducers, and one (1) Philips X5-1 transducer at the Michael E. Debakey Medical Center (MEDVAMC) located at 2002 Holcombe Blvd, Houston, TX 77030. The Contractor shall furnish all labor, materials, parts, equipment, and tools to service and replace new OEM Philips transducers of the same make and models and quantities. Contractor shall certify that the biomedical equipment is functioning properly and safely and ready for use. Contractor must provide documentation that their company has worked on the equipment specified at the beginning of this document. Following the service and part(s) replacement, contractor must demonstrate to the Contracting Officer Representative (COR) or designee that the equipment functions properly according to manufacturer specifications. The contract price shall be firm-fixed, all-inclusive, and not limited to specified products/equipment, installation, and setup/configuration.REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post in the near future. Interested contractors are requested to respond in accordance with the following:Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response.Please respond to this RFI if you can provide supplies that can be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description.If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response.Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of similar items, please respond to this RFI. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to kever.swafford@va.gov. Please respond to this RFI no later than November 21, 2019. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/492dcf7fed8b4485b194925355958280/view)
 
Record
SN05499060-F 20191121/191120094815 (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.