Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2022 SAM #7496
SOURCES SOUGHT

V -- Specialized Medical Services Eye Equipment Moving Services VA Loveland CO Clinic to VA Northern Colorado Clinic

Notice Date
6/7/2022 3:59:48 PM
 
Notice Type
Sources Sought
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25922Q0412
 
Response Due
6/15/2022 11:00:00 AM
 
Archive Date
07/15/2022
 
Point of Contact
John Cheng, Contracting Officer, Phone: 303-712-5776
 
E-Mail Address
John.Cheng2@va.gov
(John.Cheng2@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. Specialized Medical Eye Equipment Moving Services From to the Loveland VA Outpatient Clinic to the Northern Colorado VA Outpatient Clinic BRIEF SCOPE OF WORK (This is for information only) IMPORTANT NOTE: This Sources Sought is for market research purposes only (to determine interested companies). No award will be made off this posting. VA is seeking qualified vendors who have interest and capability of performing services to provide Moving Services for Eye Clinic Equipment. A moving contract is required to facilitate moves throughout the facility and its entities. Using a professional moving company reduces the potential of injury to employees. The facility does not have the special expertise it requires to move the Eye Clinic Equipment and then calibrate the systems. Scope of Work The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, certifications, and other services to provide moving services. The contractor shall perform to the standards in accordance with this PWS. 2.1. Requirements: Moving staff and equipment will be provided one time. The moving contractor can anticipate approximately 2 hours of services for 2-4 people for one day during the VA business hours of 8 a.m. and 4:30 p.m. 2.2 Contractor shall move all items (i.e. eye clinic equipment) as outlined by the Contractor Officer Representative (COR) or other identified representatives of the Cheyenne VA Medical Center and its entities (Sidney, NE; Rawlings, WY; Fort Collins and Loveland, CO.). 2.3 Contractor shall move the following eye clinic equipment from Loveland VA Outpatient Clinic, 5200 Hahns Peak Drive, Loveland, CO 80538 to Northern Colorado VA Outpatient Clinic, 4575 Byrd Dr. Loveland, CO 80538 Item Number of items Kg each lbs each Total Weight in lbs Exam Lanes Exam Chair 3 150 330 990 Instrument stand 3 132.5 292 876 Manual Phoropter 2 4.5 9.9 19.8 Auto Phoropter 1 3.8 8.4 8.4 Slit lamp 3 24 53 159 Acuity Chart 3 5 11 33 YAG Laser with Table 1 68 150 150 Needs Argon Laser with table 1 90 200 200 Zeiss Clarus camera with table 1 61.6 135 135 Zeiss OCT 5000 with table 1 71 156.5 156.5 Zeiss Humphrey 750i Visual Field with table 1 76 167.5 167.5 Optec 5000 Acuity Viewer 1 6.8 15 15 Topcon KR-1W wavefront analyzer 1 19.9 43.8 43.8 Auto-refractor/NCT 1 20 44 44 Instrument Table 1 63.5 140 140 Total Weight   3138 lbs Place of Performance Cheyenne VAMC CBOC clinics: Loveland VA Outpatient Clinic, 5200 Hahns Peak Drive, Loveland, CO 80538 Northern Colorado VA Outpatient Clinic, 4575 Byrd Dr. Loveland, CO 80538 From: To: Total Miles One Way: Loveland VAOC NOCO VAOC 2.3 miles Period of Performance July 25, 2022 - July 29, 2022 Special Standards of Responsibilities: SP1 Contractor Specialized Experience. The Offeror shall provide 3 performance evaluations with customer points of contacts for specialized medical, dental, or optometry related equipment moving and setup services that includes calibration & balancing testing within the past 2 years. SP2 Personnel Specialized Experience. The Offeror shall provide the on-site lead/supervisor s resume detailing at least 2 years of experience in optometry, medical, or dental equipment moving services involving proper disassembly, transportation, reassembly, and calibration of specialized medical equipment. This will include balancing/leveling/adjusting equipment or components, measuring/setting acuity distances for visual acuity systems. The on-site lead/supervisor is expected to manage the moving team to be safe, complete the work on time, and ensure final setup meets all the customer s calibration, testing, and operational setup requirements of the equipment at the new location. 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 SOW 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 Statement of Work (SOW). 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. 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 2 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). Please communicate via e-mail to John.Cheng2@va.gov by 12:00 PM MDT on 15 June 2022 as to your company s ability to perform service per this brief Scope of Work and the following questions below: What is your company s socio-economic type(s)? ie: SDVOSB, VOSB, WOSB, Large Business, etc. What are your company s qualifications? Can your company perform the work specified in the PWS and supporting attachments without subcontracting over 50% of the work? 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 Home  · VetBiz Portal (va.gov)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6a4666bf6bb64894b21e39d08b95de10/view)
 
Place of Performance
Address: Department of Veterans Affairs Cheyenne VA Medical Center 2360 E. Pershing Blvd., Cheyenne, WY 82001, USA
Zip Code: 82001
Country: USA
 
Record
SN06350591-F 20220609/220607230104 (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.