Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2022 SAM #7468
SOURCES SOUGHT

J -- PM and Calibration Audiology Equipment Fort Harrison

Notice Date
5/10/2022 3:01:26 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25922Q0278
 
Response Due
5/13/2022 8:00:00 AM
 
Archive Date
08/11/2022
 
Point of Contact
Mitchael Purdom, Contract Specialist, Phone: 918-577-4435
 
E-Mail Address
mitchael.purdom@va.gov
(mitchael.purdom@va.gov)
 
Awardee
null
 
Description
This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information. If your company is interested please read this notice entirely and submit the required information, as requested herein. BRIEF SCOPE OF WORK (This is for information only) PM Audiology Equipment Fort Harrison Montana VA Health Care System PURPOSE: Contractor shall provide labor, repairs, preventive maintenance in Billings, Fort Harrison, Great Falls, Bozeman, Kalispel, and Missoula. This is a non-personal services contract. The Contractor, its employees, agents and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications and supervision necessary to provide services in accordance with this Performance Work Statement (PWS). The Contractor is responsible for all charges and fees related to disposal. For a contract of this size, scope and complexity, the successful Contractor must perform in a professional manner as recognized by commercial industry standards as good to excellent. Billings AUDIOSCAN VERIFIT2, serial number C3173 G S I AUDIOSTAR , serial number GS0049262 G S I Tympstar, serial number: GS0050671 GSI AUDIOSTAR (AMTAS) ACOUSTIC SYSTEMS RS253, serial number: AS7010 OTODYNAMICS OTOPORT , Serial number: OAC-14058306 AUDIOSCAN VERIFIT, serial number: 5876 Great Falls 432569 - 1012 MADSEN OTOflex 100 Diagnostic (Incl. STD Acc.,BT USB adaptor for PC, Remote Control) 453402 - 1082, HIT BOX 440463 - 1081 AURICAL (PMM, C&S, AUD) w/o HI-PRO PC Audiometer 432346 - 1066 Madsen Astera2 (w/o ACP), ANSI Cal., HB-7, BC-1, Wall Mount Kit, Patient Resp. Helena 996106 - 1066 Madsen Astera2 (w/o ACP), ANSI Cal., HDA 300, HB-7, BC-1, Wall Mount (US) 007009+005121 - 1081 AURICAL (PMM, C&S)with HI-PRO 986204 - 1082, HIT BOX 963590 - 1012 MADSEN OTO flex 100 Diagnostic (Incl. STD Acc.BT USB adaptor for PC, Remote Control) Bozeman 979402 - 1012 MADSEN OTOflex 100 Diagnostic, (Incl. STD Acc.,BT USB adaptor for PC, Remote Control) 996060 - 1066 Madsen Astera2 (w/o ACP), ANSI Cal., HDA 300, HB-7, BC-1, Wall Mount (US) 007013+005106 - 1081 AURICAL (PMM, C&S) with HI-PRO 986193 - 1082, HIT BOX Kalispel OTOMETRICS ASTERA2 OTOMETRICS AURICAL REM OTOMETRICS ZODIAC G S I AUDIOSTAR (AMTAS) Missoula OTOMETRICS, serial number: 996060, ASTERA2 OTOMETRICS, serial number: 007013+005106, AURICAL REM OTOMETRICS, serial number: ? ZODIAC Cas Cart, serial number: 901NTSU54054 PC, serial number: 3DCGHV2 Noah Link, serial number: 908248 Hit Box, serial number: 9861293 Otoflex, serial number: 979402 TASKS and REQUIREMENTS: Perform Annual preventive maintenance in accordance with manufactures specifications Perform repairs of audiology equipment Maintain latest Software and firmware according to VA requirements and manufactures, with Veterans Affairs requiring approved versions that might be less than manufactures latest releases. This shall be a non-personal services contract. The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Performance Work Statement (PWS). The Contractor is responsible for all charges and fees related to disposal of materials generated by the Contractor. This is anticipated to be a commercial service acquisition under the authority of FAR Part 13, Simplified Acquisition Procedures for Commercial Items. The work will be performed for the following location: Fort Harrison VA Health Care System 3687 Veterans Drive Fort Harrison, MT 59636 IMPORTANT NOTE: This RFI (Request for Information) is for information only. No award will be made from this RFI. QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) certified technicians to perform services with unrestricted access to the facility during inclement weather. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507. Please communicate via e-mail to Mitchael.Purdom@va.gov by2:00 PM CST on 13 May 2022 as to your company s ability to perform service per this brief Scope of Work. If interested, please provide the following: Provide company s capability statement describing ability to perform Preventative Maintenance services as outlined Please state your company s business size in relation to above NAICS Code and provide your socio-economic category if applicable Please state if you will be subcontracting any portion of the work or specifically state if no subcontracting will be performed IF subcontracting, provide the name and socio-economic category of the subcontractor Outline the specific tasks to be performed by the Prime Contractor and the specific tasks required to be performed by a subcontractor Please provide your DUNS number If you have an FSS/GSA contract that includes this service, provide FSS/GSA contract number if applicable Only written responses, to items 1 through 7 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. 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. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp To become a CVE-verified VOSB or SDVOSB visit https://www.vip.vetbiz.va.gov/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fe85ee4c36b942f6a8e2cea39655b2db/view)
 
Place of Performance
Address: Montana VA Health Care System 3687 Veterans Dr Fort Harrison, MT 59636-9700 59636-9700, USA
Zip Code: 59636-9700
Country: USA
 
Record
SN06323219-F 20220512/220510230059 (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.