SOURCES SOUGHT
J -- FY23 Service- Volcano iFR Software & Maintenance Services
- Notice Date
- 12/1/2022 11:35:46 AM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25723Q0178
- Response Due
- 12/6/2022 11:00:00 AM
- Archive Date
- 12/26/2022
- Point of Contact
- Rafael A Rodriguez, Rafael Rodriguez, Phone: 787-781-8700
- E-Mail Address
-
Rafael.Rodriguez2@va.gov
(Rafael.Rodriguez2@va.gov)
- Awardee
- null
- Description
- This not a request for quotes; the Government is seeking information for market research purposes only. The contractor shall provide the Software License Agreement for the iFR Application in use at the NCO17 South Texas Health Care System Audie L. Murphy facility. The contractor shall also provide all preventive and corrective maintenance for the equipment. The period of performance shall be one year from the date of award. The North American Industry Classification System (NAICS) is 238210 Electrical Contractors and Other Wiring Installation Contractors, Service Code (PSC) is J065 Maint/repair/rebuild Of Equipment- Medical, Dental, and Veterinary Equipment and Supplies. Responses to this notice shall include company/individual name, size status for the above reference NAICS code, a service capability statement, SAM Entity Unique Identifier (EUI), DUNS Number, address, point of contact and examples of similar facilities to which similar services have been provided to. Contractors should provide information on whether they are certified SDVOSB, VOSB, Hub zone, 8(a), women-owned concern. If standard company brochures will be provided as a response to this Source Sought, ensure that additional information tailored to this notice is included. A solicitation is not currently available. If a solicitation is issued, it will be announced on the Contract Opportunities website https://sam.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the response to this announcement. Contractors must be registered in System for Award Management (SAM), see internet site: https://www.sam.gov for information about registration. Specific areas to be addressed in capability packages submitted by respondents are as follows: 1. Capability Statements, if considering sub-contracting state so in your response and include sub-contractor information to include SAM EUI and name. 2. Evidence of applicable license, permits and certification from federal, state, and local agencies applicable to the industry. If sub-contracting, include sub-contractor licensures and certifications as well. Those held at company level as well as individual technicians applicable certifications and licensures; a. The Contractor s staff shall include a fully qualified Field Service Representative assigned to this area and a fully qualified Field Service Representative who shall serve as the backup. b. Fully qualified is based upon training and on experience in the field. For training, the Field Service Representatives must have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineers must have a minimum of one (1) year of experience providing preventive maintenance and emergency repair services on the same make and model of equipment covered under this contract. c. Personnel with any laptops, thumb drives or CD/DVD s intended to be plugged in to the equipment are required to allow these devices to be scanned by Biomedical Engineering personnel for malware before they are plugged in to the systems. 3. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. 4. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? 5. If you are in GSA, please provide schedule and contract number. It is anticipated that the contract will be a Firm Fixed Price. Responses to this notice must be submitted via email to Rafael.Rodriguez2@va.gov no later than Thursday December 6, 2022 at 1:00 PM CT. No telephone inquiries will be accepted. 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. 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. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9c9ae1e78c5c45c282adff1885648824/view)
- Place of Performance
- Address: NCO17
- Record
- SN06533220-F 20221203/221201230107 (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 |