Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 22, 2023 SAM #7877
SOURCES SOUGHT

65 -- Philips Monitoring Batteries

Notice Date
6/20/2023 3:30:21 PM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0528
 
Response Due
6/30/2023 5:00:00 PM
 
Archive Date
07/14/2023
 
Point of Contact
Phillip Folger, Contract Specialist
 
E-Mail Address
Phillip.folger@va.gov
(Phillip.folger@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 The procurement is for PN 989803196521 (X3/MX100 Lithium Ion Battery) and PN 989803135861 (Battery 10.8V 6Ah LiIon). All batteries must be compatible and OEM compliant with current Philips monitoring equipment (X3/MX100/MX500/MX800). All batteries must not expire within 2 years of ship date. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested. The intended contract is a firm-fixed price contract. A SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. It does apply to all other socioeconomic small business categories. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: Salient Characteristics or statement of work : For Philips monitoring equipment Application PN 989803196521 (X3/MX100 Lithium Ion Battery). Application PN 989803135861 (Battery 10.8V 6Ah LiIon). 1. Background Portland VA Medical center requires batteries for Philips monitoring equipment to ensure equipment is ready for continual use on patients 2. Scope All parts are to be delivered to VA Portland Health Care System (HCS). 3. Specific Tasks General Requirements: Vendor to provide the following- PN 989803196521 (X3/MX100 Lithium Ion Battery)-qty 190 PN 989803135861 (Battery 10.8V 6Ah LiIon)-Qty 128 All batteries must be compatible with current Philips monitoring equipment (X3/MX100/MX500/MX800) All batteries must not expire within 2 years of ship date 4. Performance Monitoring The tasks are well defined and can, therefore, be easily monitored by the Government point of contact (POC), who shall represent the government for this process. The contractor performance will be monitored, and the work certified by the POC. The POC will assure contractor quality by routine inspections, product sampling, and monitoring of work while work is being performed. 5. Security Requirements No Contractor will be onsite for this requirement 6. Other Pertinent Information or Special Considerations. 7. Inspection and Acceptance Criteria. The POC is responsible for certifying that the work done under this contract is performed to standard. The POC is also responsible to assure the inspection and acceptance of products provided incidental to services. 8. Place of Performance. All Parts to be delivered to VA Portland HCS. 9. Period of Performance. All parts to arrive no later than 7/31/2023 10. Delivery Schedule. SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Invoice for work Contractor determined format. 1 hard copy or 1 emailed copy Within 30 days of completion of work. Potential contractors shall provide, at a minimum, the following information to Philip.Folger@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339113 SURGICAL APPLIANCE AND SUPPLIES MANUFACTURING. To be considered a small business your company must have fewer than 750 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this source sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. Responses are due by 05/26/2023 17:00 PST, to the Point of Contact.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/37dc1567a6464c5f95b4b3d285818585/view)
 
Place of Performance
Address: Portland VA Healthcare System Vancouver Warehouse 1601 E 4th Plain Blvd, Vancouver 98661-3753, USA
Zip Code: 98661-3753
Country: USA
 
Record
SN06721628-F 20230622/230620230124 (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.