SOURCES SOUGHT
J -- Sterilizer Cleaning Services
- Notice Date
- 2/10/2022 5:00:12 AM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24622Q0314
- Response Due
- 2/17/2022 5:00:00 AM
- Archive Date
- 05/18/2022
- Point of Contact
- Paul O. Waite, Phone: 7573153983
- E-Mail Address
-
paul.waite@va.gov
(paul.waite@va.gov)
- Description
- This �Sources Sought Notice �is not a formal request for proposals or quotes. No formal solicitation document exists at this time. The government will not reimburse participants for any expenses associated with their response to this notice. The Department of Veterans Affairs, Regional Procurement Office (RPO) East, Network Contracting Office (NCO) 6, on behalf of Veteran Affairs Medical Center Durham is in the process of planning a requirement for Sterilizer Cleaning Services. See the attached Performance Work Statement.� The sought required is to provide thorough sterilizer cleaning service using manufacturer s recommended cleaning products quarterly. �Sterile Processing Service (SPS) will be responsible for scheduling cleanings, with the concurrence of Operating Room (OR), SPS Chief, and OR Nurse Manager. �The service will be initiated via contact between SPS Chief and the Cleaning Company representative. �Sterilizers are cleaned 1 or 2 at a time, following joint planning between SPS and OR. �Consequently, there should always be at least one sterilizer available in SPS and 2 or 3 in the OR. �The cleaning service must occur during non-operational hours e.g. Saturday and Sunday and will be coordinated in conjunction with the Sterile Processing Service operating schedule. �Because the cleaning is staggered, and it is scheduled on weekends, there should never be any complete �down time �of sterilizers. Please carefully review the Performance Work Statement and provide your organization capability statement if you are able to meet the government s need. � � � � � � � This potential requirement may be for a base period of one year (1) and four (4) one-year options. The applicable NAICS Code is 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing) with a size standard of 1.250 Employees. The corresponding Product Service Code is J065. The VA is seeking written responses to assist with identifying potential sources that are interested in, and capable of, providing the services described. Please review the information contained herein and identify whether your company has the capability and interest to provide the services described. Capability statement that demonstrates the firm s ability to meet the above requirement, should include:� Company Name:� Company Point of Contact Name, Email and Phone:� Company DUNS Number: Socioeconomic Category: � Company GSA schedule (if applicable) under which these services can be purchased:� Describe briefly the capabilities of your company and the nature of the services you provide relative to the current requirement for Preventive Maintenance and Corrective Maintenance Services on Stryker Beds and Stretchers. �� The Veterans First Contracting Program applies to VA contracts only. VA has a preference to award contracts to verified service disabled Veteran-owned small businesses (SDVOSBs) first, then to verified Veteran-owned small businesses (VOSBs) ,when market research provides a reasonable expectation that the VA will receive two or more offers from eligible SDVOSB/VOSB firms at a fair and reasonable price ( Public Law 109-461). � To be eligible for a VA SDVOSB or VOSB set-aside, the firm must be verified in the VA s Office of Small Business Utilization s (OSDBU) Veteran Information Pages (VIP) database as an SDVOSB or VOSB at the time the firm submits its offer to the VA. Additional information on VA s Veterans First Contracting Program can be found on OSDBU s website at https://www.va.gov/osdbu/verification/ . In addition, the SDVOSB/VOSB must qualify as a small business under SBA s regulations.� The Government reserves the right to contact any respondent and/or respondent reference to obtain additional information. Currently, no solicitation exists; therefore, please do not request a copy of the solicitation. � Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for market research purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined. It is the potential vendor s responsibility to monitor the CONTRACT OPPORTUNITY (formerly FEDBIZOPPS) website at https://sam.gov/content/home �for release of any future Pre-Solicitation, Amendments or solicitation that may result from the sources sought. Vendors having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this sources sought notice via e-mail to the Contract Specialist, no later than 17 February 2022 at 8:00 AM EST. Responses shall be emailed to: paul.waite@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a703ea30c75b458eae3ff380d7221c0c/view)
- Place of Performance
- Address: Durham, NC 27705, USA
- Zip Code: 27705
- Country: USA
- Zip Code: 27705
- Record
- SN06239690-F 20220212/220210230113 (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 |