Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2021 SAM #7008
SOURCES SOUGHT

66 -- 663-21-2-2563-0005 Hazardous Chemicals Air Monitoring System

Notice Date
2/3/2021 3:21:00 PM
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021Q0294
 
Response Due
2/10/2021 5:00:00 PM
 
Archive Date
03/02/2021
 
Point of Contact
Helen Woods, Contract Specialist, Phone: 253-888-4915
 
E-Mail Address
helen.woods@va.gov
(helen.woods@va.gov)
 
Awardee
null
 
Description
This is a SOURCE SOUGHT NOTICE in support of the Puget Sound Health Care System in Seattle, WA for market research purposes only to determine the availability of potential businesses with capabilities to provide the requirement described below. Potential offerors are invited to provide feedback via e-mail to helen.woods@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by 10 February 2021 at 1700 PST. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Anticipated North American Industry Classification System (NAICS) code is 532490 Other Commercial and Industrial Machinery and Equipment Rental and Leasing. The largest a firm can be and still qualify as a small business for Federal Government programs is an annual income of no more than $35 Million. If you believe a different NAICS is more appropriate, please indicate with your response. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information is needed to submit accurate offers? 4) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement, included delivery lead time and system commissioning scheduling lead time. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at beta.sam.gov. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on companies who can provide the following equipment and associated services for a monitoring system for exposure to H2O2 and Peracetic Acid. Tasks: System Commissioning Training on System (In-service) Deliverables: 3 Monitors with Stands for H2O2 (Hydrogen Peroxide) 3 Monitors with Stands for Peracetic Acid 5 Remote Video Displays 4 Remote Displays Software or similar for storing data on exposure and alerting to exposures that are over safe limits Suggested brand name or equal to chemDAQ Steri-Trac 2 System The monitors must be able to give real-time measurement of vapor concentration in parts per million. Data recorded must show history of alerts and levels. Please answer the following required questions related to our market research: What is the delivery lead time from receipt of order for the deliverables What is the average time out from date of request for scheduling to schedule the tasks (service) elements Do you provide routine notification of when sensors need replaced or provide an on-schedule sensor replacement for the monitors? If so, are you the only one who is authorized to provide the sensor replacement for the monitors you are offering? If your firm is interested and capable, please send the capability statement outlined above, and a market research quote to helen.woods@va.gov by 10 February, 2021 at 1700 PST. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/769e9be086ea42fcb7a2cab9e6d5ad93/view)
 
Record
SN05907650-F 20210205/210203230113 (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.