Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2022 SAM #7413
SOURCES SOUGHT

66 -- Olympus Microscope Parts

Notice Date
3/16/2022 8:52:41 AM
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
5036C24722AP2577
 
Response Due
5/1/2022 12:00:00 PM
 
Point of Contact
Michael E. Barton
 
E-Mail Address
Michael.barton@va.gov
(Michael.barton@va.gov)
 
Description
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. Since this is Request for Information announcement, no evaluation letters and or results will be issued to respondents. No solicitation exists.� Therefore, do no request a copy of the solicitation. The Department of Veterans Affairs VISN 7, Network Contracting Office 7 (NCO 7), is seeking information and potential qualified/verified Small Businesses capable of providing the BRAND NAME items listed below to award a firm-fixed price Purchase Order for Olympus Microscopes at the VA Medical Center in Augusta, GA. STATEMENT OF NEED Procurement of various Olympus microscope parts for the Olympus BX System to fit equipment that is currently being used at Charlie Norwood VA Medical Center (CNVAMC). The Charlie Norwood VAMC Pathology and Laboratory Service uses microscopes for a wide variety of uses, including examining stained tissue slides to aide in the diagnosis of anatomic pathology diseases. General Requirements:� The Contractor/ Vendor must complete the following tasks to meet the needs of this acquisition: Deliver and setup. Contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to complete installation and configuration of all parts identified above and coordinate with the POC to confirm installation and perform testing to ensure operability. Contractor shall provide training on all features and system applications to identified staff. Contractor shall provide a one-year manufacturer�s warranty at no cost to the government. 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) 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) 333314, Optical Instrument and Lens Manufacturing. The Small Business Size Standard for this NAICS code is 500 employees. Please answer the following questions: (1) Please indicate the size status and representations of your business�in accordance with the NAICS code 333314, 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 sub contracted 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 Michael.barton@va.gov no later than 3:00 PM Eastern Standard Time on May 1, 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 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 Michael E. Barton, Contract Specialist at�Michael.barton@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.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a236e8c5ea164045bd997c292ad9b269/view)
 
Place of Performance
Address: Augusta, GA 30904, USA
Zip Code: 30904
Country: USA
 
Record
SN06269569-F 20220318/220316230100 (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.