SOURCES SOUGHT
J -- Carl Zeiss Eye Clinic Preventative Maintenance
- Notice Date
- 10/5/2022 7:50:11 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24623Q0030
- Response Due
- 10/7/2022 12:30:00 PM
- Archive Date
- 11/06/2022
- Point of Contact
- DeShaura Adams, Contract Specialist, Phone: 757-726-7126 ext: 7216
- E-Mail Address
-
Deshaura.adams@va.gov
(Deshaura.adams@va.gov)
- Awardee
- null
- Description
- DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 6 (NCO 6) Sources Sought 36C24623Q0030 In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, the Government reserves the right to revise the Statement of Work and other contract requirements, before the release of any associated solicitation. This notice is not a Request for Proposals (RFP). Information provided in this notice is subject to change prior to release of a solicitation. OVERVIEW The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for Carl Zeiss Preventative Maintenance Eye Clinic to support for the Fayetteville Health Care Center and Outpatient Clinic. 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. See the attached Statement of Work. SCOPE OF WORK Scope of work includes preventative & unscheduled maintenance to maintain device functionality to OEM normal operating specifications for the Fayetteville Health Care Center and Clinic. Services to include all OEM-recommended PM services and remedial repair parts. All necessary FSE labor and travel for PMs and repairs included. All necessary FSE labor and travel to be for the repair of all systems listed in the contract. All necessary software updates and patches required to maintain the equipment to OEM normal operating specifications furnished at no cost. Included in the scope of work is unlimited technical and clinical telephone support from OEM-trained specialist. The contractor shall perform Preventive Maintenance Inspection (PMI) service to ensure that equipment listed in the schedule performs OEM Standards. The contractor shall make thorough technical inspections of the equipment covered in the Schedule. Within ten (10) days after the award of the contract, the contractor shall submit a schedule of PMIs and a PMI checklist describing in detail the scheduled maintenance procedures for inspecting each piece of equipment listed. This checklist is subject to the approval of the Contracting Officer s Technical Representative (COTR). The contractor shall provide and utilize these procedures and checklists with worksheet originals indicating the work performed and actual values obtained (as applicable) provided to the Contracting Officer s Technical Representative (COTR) at the completion of the PM. SMALL BUSINESS REQUIREMENTS For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of set-aside requirements, if a solicitation becomes available, where the rule of two is met regarding a set-aside, including set-asides under 38 U.S.C. 8127 and 8128 for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) firms registered in the Vendor Information Pages (VIP) database, in accordance with priorities set by regulation. This potential requirement may be for a base period of one year (1) and four-year (4) option. The applicable NAICS Code is 811219 (Other Electronic and Precision Equipment Repair and Maintenance). The corresponding Product Service Code is J065 (Maintenance, Repair, and Rebuilding Equipment). INSTRUCTIONS FOR RESPONDING: Interested companies can respond, via email, to Deshaura.adams@va.gov, with the following information: (1.) Company Point of Contact, including name, title, phone number and email address. (2.) Company name, DUNS number, small business/socioeconomic status of the company, and address of the applicable office. (3.) Documentation evidencing certification/licensure that vendor is an OEM, authorized dealer, distributor, or authorized reseller of proposed medical/technical equipment. Additional information may be requested by the Contracting Specialist at a later time. POINT OF CONTACT: DeShaura Adams Contract Specialist Services Team 3 Network Contracting Office (NCO) 6 Regional Procurement Office (RPO) East Veterans Health Administration U.S. Department of Veterans Affairs Deshaura.adams@va.gov DUE DATE FOR RESPONSES: This notice will close on Friday October 7, 2022, at 3:30 PM Eastern Time. CONTRACTOR RESPONSIBILITY A potential source, for the purposes of this notice, is considered to be any company meeting the following requirements. Some of the below requirements may be modified prior to release of any solicitation. 1. The potential source does not merely subcontract the preventive maintenance services and acts solely as prime contractor to provide all services directly to its customers and/or the Veterans Health Administration. The potential source holds all licenses/certifications and insurance required by the State of North Carolina. The potential source directly owns and controls all equipment, facilities, management, financial means, and other items necessary to directly perform the required services. The potential source is registered in the System for Award Management (SAM) database at https://www.sam.gov, as whichever entity/office that would receive award in the event of a solicitation. The potential source is registered in the Vendor Information Pages (VIP) database at http://www.va.gov/osdbu, if applicable. (This is only applicable to firms meeting Small Business Administration (SBA) and VA requirements for Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) programs.) The potential source has completed submission of the current cycle, for calendar year 2017, VETS-4212 Report at http://www.dol.gov/vets/programs/fcp/main.htm (Only applicable where the potential source has held federal contracts in the amount of $150,000.00 or more, performed during the current cycle). The potential source has favorable (satisfactory) past performance information for federal contracts, as documented in Government databases, including the Federal Awardee Performance and Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS), where applicable. Where performance ratings less than satisfactory have been identified, the circumstances of those ratings may be requested during discussions, or the offeror may be eliminated from the competition
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bf008bc3043342f193bd46a981909eb8/view)
- Place of Performance
- Address: Fayetteville Health Care Center 7300 South Raeford Road, Fayetteville 28304
- Zip Code: 28304
- Zip Code: 28304
- Record
- SN06487884-F 20221007/221005230116 (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 |