SOURCES SOUGHT
99 -- PHILIPS ULTRASOUND PARTS MULTI-AWARD BPA
- Notice Date
- 5/14/2021 1:20:29 PM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C241-21-AP-2247
- Response Due
- 5/21/2021 8:00:00 AM
- Archive Date
- 06/05/2021
- Point of Contact
- John D. Harris, Phone: 8022965175
- E-Mail Address
-
john.harris405@va.gov
(john.harris405@va.gov)
- Description
- SOURCES SOUGHT NOTICE VISN 1 New England PHILIPS ULTRASOUND PARTS MULTI-AWARD BPA (5-YEAR) FIVE YEAR MULTI-AWARD BLANKET PURCHASE AGREEMENT TO PROVIDE material parts , AND system peripherals� FOR THE INSTALLED INVENTORY OF PHILIPS DIAGNOSTIC ULTRASOUNDS INSTALLED AT THE VHA FACILITIES IN VISN 1 TO INCLUDE: VA Boston Healthcare System (Jamaica Plain, West Roxbury, Brockton), VA Bedford Healthcare System, VA Central Western Massachusetts Healthcare System (Leeds and Worcester), VA Connecticut Healthcare System (West Haven, Newington), VA Providence Healthcare System, VA Manchester Healthcare System, VA White River Junction Healthcare System and VA Maine Healthcare System (Togus). THIS IS A SOURCES SOUGHT NOTICE ONLY FOR VISN1 VA NEW ENGLAND HEALTHCARE SYSTEM: 36c241-21-ap-2247 This announcement is seeking information from the industry, which will be used for preliminary planning purposes for a multi-award BPA. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. THIS IS STRICTLY MARKET RESEARCH. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, who have the capabilities to provide the required brand name material parts and system peripherals to support a 5-year multi-award BPA to address the support of Philips Medical Systems Diagnostic Ultrasound systems installed at the VISN 1 Facilities identified above, and in accordance with the Performance Work Statement enclosed. This BPA is to be established on a firm-fixed-price, brand name basis for required support of Philips Medical Systems Diagnostic Ultrasound systems. All contractors with interest meeting the requirements identified in this notice should submit the attached area of consideration (Business Size � Socioeconomic Status) with their response: The applicable NAICS and FSC/PSC code is (334510 / 6525).� An NMR waiver has been published by SBA for the NAICS/FSC combination 334510/6525. The successful vendor(s) must satisfy the technical requirement of supplying the brand name equipment or equivalent as specified and provide a quote at a fair and reasonable price, that also affords best value. Prior Government contracts are not required to submit a response under this Sources Sought synopsis. The intent of the Sources Sought is to identify vendors that can fulfill the requirements as stated in the Performance Work Statement (PWS) included below. All orders under the resulting contract shall be completed by the selected vendor for each requirement in accordance to the PWS. This notice is published to conduct market research to identify a sufficient number of vendors in the open market who can supply this order in aggregate, while affording competition to the fullest extent possible. All interested firms must be registered in SAM (System for Award Management) to be eligible for award of Government contracts. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance for servicing the equipment listed to include references with current point of contact and phone number); (3) socio-economic status to identify business class as being a large business, SDVOSB, VOSB, small business, Woman Owned, etc. (5) completed �Area of Consideration� form; and (5) any other pertinent company documentation, prior to submission of offers to a solicitation. Any SD/VOSB firms responding to this Sources Sought Notice must also provide proof of registration in the VA VetBiz, prior to submission of offers to a solicitation. The response date to this Sources Sought notice is May 21st, 2021 at 11:00a.m. EST: This market research is for informational and planning purposes. This is not a solicitation and does not obligate the Government to issue a solicitation. Please be advised the Government will not pay any costs for responses and information submitted. All submissions are acceptable via e-mail to john.harris405@va.gov. RESULTS INFORMATION: Respondents will not be notified of the results and it is at the discretion of the government to utilize results. Firms responding to this Sources Sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. The official notice will be issued on https://beta.sam.gov. Performance Work Statement (PWS) VISN 1 New England HCS VISN BPA for Parts Provision for Philips Ultrasounds Background/General Information:� VISN 1 is seeking to put into place a 5-year multi-award Blanket Purchase Agreement to address the provision of replacement parts for Philips Medical Systems Diagnostic Ultrasound systems. The intent of the Government is to establish multiple Blanket Purchase Agreements (BPA) for a period of performance of five years from the date of award.� This multi-award BPA is to establish a list of sources to procure parts on an expedited basis. Please ensure pricing for the BPA or percentage discount is included in a responsive proposal. VA New England HCS has a wide inventory of Philips Diagnostic Ultrasounds located at all 8 medical centers within. This includes general, cardiovascular, obstetrics & gynecology and point of care ultrasound systems. The resultant agreements will cover all VHA facilities located in VISN 1 to include: �VA Boston Healthcare System (Jamaica Plain, West Roxbury, Brockton), VA Bedford Healthcare System, VA Central Western Massachusetts Healthcare System (Leeds and Worcester), VA Connecticut Healthcare System (West Haven, Newington), VA Providence Healthcare System, VA Manchester Healthcare System, VA White River Junction Healthcare System and VA Maine Healthcare System (Togus). Scope/Requirements: The scope of this effort will include material parts and system peripherals to sustain the existing or future inventory of equipment throughout VA New England.� This includes, but is not limited to, the following models: CX50, EPIQ (Elite/CVX/CVXi/5/7), SPARQ, HD15, HD11 XE, etc. (This should also allow for the ability to add future new models of Ultrasound equipment) The vendor shall include a list of all common parts, peripherals, and components they can provide to support the ultrasound systems identified. The parts/peripherals must meet original equipment manufacturers specifications and can be new or refurbished. The replacement parts and peripheral equipment includes items such as, monitors, printers, circuit boards and major items such as transducers. All of these items are part of larger �ultrasound �system�. Parts should be available for immediate shipment from the vendors warehouse (dependent upon shipping vendors availability). Expedited or normal shipping should be clarified as items are ordered. Parts/Peripheral requirements: Vendor should provide Parts , Assemblies and Sub-assembly Line item pricing for as many of the models listed in the PWS that can be supported. The vendor should include as many of the desired Assemblies, Sub-assemblies, and inclusive individual parts within the categories below, but need not include all categories or possible parts. AIO EIO Backplane Board Transducer Board Power Supply Transducers Monitor Printer Note: In addition, vendors are welcome to provide as detailed a listing of their capabilities with regard to the models of interest (by model). Vendors should clarify if Line item parts are available new and/or refurbished, and provide pricing for both as applicable. Type of Contract: Multi-award Blanket Purchase Agreement (BPA) - Parts/peripherals.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bf6f696845bd44129a068833f39679e2/view)
- Record
- SN06002974-F 20210516/210514230120 (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 |