Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2022 SAM #7376
SOURCES SOUGHT

65 -- Zeiss Tivato 700 Microscope - BRAND NAME ONLY

Notice Date
2/8/2022 5:31:20 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0405
 
Response Due
2/10/2022 12:00:00 PM
 
Archive Date
03/27/2022
 
Point of Contact
Derrick L. Maruski, Contract Specialist, Phone: (215) 823-5253
 
E-Mail Address
Derrick.Maruski2@va.gov
(Derrick.Maruski2@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 9 of 9 This is a Request for Information Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing a Zeiss Tivato 700 Microscope -BRAND NAME ONLY with the components listed below. STATEMENT OF NEED Item # Manufacturer/Description/Part/Model Number* Qty 000000-2235-392-01SPICOM TIVATO® 700 Spine Comfort package 1 000000-2235-392-90EYEP10 EYEPIECE 10X FOR ALL TUBES 1 000000-2235-392-10LIGHXE XENON 300 W 1 000000-2235-392-20COFFTI Coobservation face-to-face Stereo-bridge with tiltable tube 180° 1 000000-2235-392-40HD2DPA PREMIUM HD VIDEO PACKAGE 1 000000-2235-392-10YXCOUP MICROSCOPE XY MOVEMENT 1 000000-2235-392-50WLANPA WIRELESS NETWORK PACKAGE 1 000000-2235-392-60TRSBOX SHIPPING CRATE (NO SOLID WOOD) 1 MAJOR REQUIREMENTS: The Contractor/ Vendor must complete the following tasks to meet the needs of this acquisition: Deliver, setup, and provide training. Deliver equipment to: Wilmington VA Medical Center 1601 Kirkwood Hwy Wilmington, DE 19805 The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. GOVERNMENT FURNISHED INFORMATION OR MATERIAL: This acquisition does not include Government-furnished property (GFP), identify in the Statement of Work all available information on GFP to be provided, including the make, model, bar code number and serial number, if available, of all accountable assets with an acquisition cost of $500 or more. This acquisition does not include Contractor-acquired property (CAP). MEETINGS AND REVIEWS: N/A TRAVEL REQUIREMENTS: N/A CONTRACTING OFFICER'S REPRESENTATIVE (COR): N/A ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Wilmington (460). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. PERIOD OF SERVICE: Delivery must be made no later than 45 days After Receipt of Order CONTRACTOR QUALIFICATIONS: N/A SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS: N/A Delivery: Delivery accepted at James E van Zandt, Medical Center, 2907 Pleasant Valley BLVD, Altoona, PA 16602; Weekdays 8:00am 2:00pm, excluding any government holidays. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the intended source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 339114\, Dental Equipment and Supplies Manufacturing. The Small Business Size Standard for this NAICS code is 750 employees. Please answer the following questions: (1) Please indicate the size status and representations of your business in accordance with the NAICS code 339114, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.) (2) Is the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract?  If so, please include the schedule number.  (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?  If not, provide additional information shown below.  This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.  Does your company exceed 500 employees  Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;    Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;   Provide the items of a small business (4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).  (5) If your company is a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?  (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job.  (7) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.  (8) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?  (9) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.  (10) Please provide your DUNS number.  This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 10. Telephone responses will not be accepted. Responses must be received via email to Contract Specialist at Derrick.Maruski2@va.gov no later than 3:00 PM Eastern Standard Time on February 10, 2022. This notice will help the VA in determining available potential sources only.  Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action.  All questions will be addressed by the Contractor Officer, Andrea Aultman-Smith.   All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.     If a solicitation is issued, information will be posted on the Contracting Opportunities web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award.  This notice does not commit the government to contract for any supplies or services.  The government will not pay for any information or administrative cost incurred in response to this Request for Information.  Information will only be accepted in writing by e-mail to Derrick L. Maruski, Contract Specialist at Derrick.Maruski2@va.gov  DISCLAIMER   This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly.  Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  Responders are solely responsible for all expenses associated with responding to this RFI.  End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ef1704be29e34b74873742906ce8362e/view)
 
Place of Performance
Address: Department of Veterans Affairs James E. van Zandt Medical Center 2907 Pleasant Valley Boulevard, Altoona 16602
Zip Code: 16602
 
Record
SN06237037-F 20220210/220209211723 (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.