SOURCES SOUGHT
65 -- Request for Information Brand Name or Equal Tangent Medix KW 22 All-In-One Workstations
- Notice Date
- 1/31/2023 4:55:00 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER AUSTIN (36C10A) AUSTIN TX 78744 USA
- ZIP Code
- 78744
- Solicitation Number
- 36C10A23Q0047
- Response Due
- 2/3/2023 9:00:00 AM
- Archive Date
- 03/05/2023
- Point of Contact
- Terricia Lloyd, Contract Specialist, Phone: 512-981-4453
- E-Mail Address
-
Terricia.Lloyd@va.gov
(Terricia.Lloyd@va.gov)
- Awardee
- null
- Description
- RFI 36C10A23Q0047 Page 2 of 4 REQUEST FOR INFORMATION This is a Request for Information (RFI) only. The purpose of this RFI is to identify qualified contractors that can provide brand name or equal Tangent Medix KW 22 inch all-in-one (AIO) workstations to the Department of Veterans Affairs (VA), Tampa Healthcare System (HCS), James A. Haley Veterans Hospital, Sterile Processing Services (SPS) department. This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan (TEP), Request for Quotation, or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This RFI does not constitute a solicitation for quotes/proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Any Service-Disabled Veteran-owned small businesses (SDVOSBs) or Veteran-owned small businesses (VOSBs) responding to this RFI must include their intent and ability to meet set-aside requirements for performance of this effort in accordance with the Department of Veterans Affairs (VA) Acquisition Regulation (VAAR) 852.219-10 or 852.219-11, VA Notice of Total SDVOSB/VOSB Set-Aside; specifically the requirement for at least 50% of the cost of manufacturing or 50% of the services be performed by yourself and/or other eligible/verified SDVOSB/VOSB concerns; and verification from the VA Center for Verification and Evaluation. It is requested that all companies interested in participating in this effort please note their interest and provide indication of their respective capabilities to perform the effort described in the paragraphs below. REQUIREMENT The Department of Veterans Affairs (VA), Tampa Healthcare System (HCS), James A. Haley Veterans Hospital, Sterile Processing Services (SPS) has a requirement for 32 brand name or equal Tangent Medix KW 22 inch all-in-one (AIO) workstations. VA is seeking to identify qualified vendors who can provide brand name equal Tangent Medix KW 22 inch all-in-one (AIO) workstations. If interested and capable of providing for this effort, please see How to Respond instructions below. For additional information, see Request for Information Attachment A, Draft Product Description. How to Respond: Respondents are encouraged to respond if they have the capabilities to meet the VA s requirements. Provide a clear, concise, and complete capability package. Respondents shall submit a capability statement limited to ten (10) pages describing your company s ability to meet the requirements outlined in this RFI and include the following: State whether you are including information on name brand or equal products. If a vendor believes its or equal solution is a commercial-off-the-shelf solution that meets the full requirement outlined in the Draft Product Description, the vendor shall provide evidence including detailed product descriptions that demonstrates said capability as part of the vendor s response to this RFI. Provide commercially available list pricing for the identified solution that can meet the Government s minimum requirements, including recommended quantities and unit pricing. If commercially available list pricing is not available, provide a Rough Order of Magnitude, including estimated quantities, unit pricing, and any additional anticipated costs to meet the Governments minimum requirements. Respondent shall identify the company name, address, email, and telephone number for the Respondent. In addition, if different, the Respondent shall include a name, email, and the telephone number of a point of contact having the authority and knowledge to clarify responses with Government representatives. Respondent shall include the company s Unique Entity ID (UEI), Dun and Bradstreet number, Commercial and Government Entity (CAGE) code. Identify if your company is the Original Equipment Manufacturer (OEM) of the solution or a reseller? If you are the OEM, do you have resellers available? If you have resellers, please provide the company(s) name, UEI number, and socioeconomic status. Identify existing contract vehicle(s) in which you are a current contract holder that can be used to procure the required services, i.e., General Services Administration Federal Supply Schedule (GSA FSS), Transformation Twenty-One Total Technology Next Generation (T4NG), Government Wide Acquisition Contract, NASA Solution for Enterprise-Wide Procurement (SEWP) Government-Wide Acquisition Contract (GWAC), etc. The North American Industry Classification System (NAICS) code considered for this requirement is 541519, Other Computer Related Services. Please indicate your business s size standard for the NAICS code 541519 and comment on the appropriate use of this code. You may recommend another code if you deem it more appropriate; however, please provide a rationale for this recommendation. Please indicate your company size and socio-economic status for any recommended NAICS codes. Provide a statement regarding your socioeconomic status (including business type (s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.). If a small business, clearly identify what socioeconomic category you are recommending for this effort. If a small business, are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Indicate the likelihood of your company responding to a solicitation for this effort. Note: Small businesses should include intent and ability to meet set-aside requirements for performance of this effort, if applicable. Respondents are requested to identify any additional information considered applicable to this RFI. INSTRUCTIONS FOR SUBMITTING QUESTIONS AND RESPONSES: Questions shall be submitted electronically to via email to Terricia Lloyd, Terricia.Lloyd@va.gov no later than 10:00am EST on February 2, 2023. Responses shall be submitted electronically via email to Terricia Lloyd, Terricia.Lloyd@va.gov no later than 12:00 pm EST on February 3, 2023. Information submitted any other method will not be considered. The VA reserves the right to not respond to any, all, or select responses or materials submitted. All VA current requirements identified herein are subject to change at any time. VA appreciates your time and anticipated response.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c329505b708e41beb9304aaf3676199d/view)
- Record
- SN06578528-F 20230202/230131230112 (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 |