SPECIAL NOTICE
J -- INTENT TO SOLE SOURCE. Brand Name Only. Siemens C-Arm Control Panel. Reference 36C24424Q0102 in email subject. This is NOT a request for quote.
- Notice Date
- 12/5/2023 8:09:46 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24424Q0102
- Response Due
- 12/7/2023 1:00:00 PM
- Archive Date
- 01/06/2024
- Point of Contact
- Jason May, Contract Specialist, Phone: 412-822-2227
- E-Mail Address
-
Jason.May2@va.gov
(Jason.May2@va.gov)
- Awardee
- null
- Description
- Statement of Need Philadelphia VA Medical Center GENERAL GUIDANCE Title: Purchase of Brand Name Only Siemens Medical Cios Alpha C-Arm Control Panel Repair for the Philadelphia VAMC. Scope of Work: The vendor will provide the necessary part to return the Siemens Medical Cios Alpha C-Arm to fully functioning status obligatory by the requirements stated herein. The facility is located at: Philadelphia VAMC 3900 Woodland Ave Philadelphia, PA 19104 Background: The Philadelphia VAMC requires OEM parts to return the Siemens Medical Cios Alpha C-Arm (SN 12819) to functioning status. The system s control panel is damaged and requires replacement to return the device to operational status. This device is used to provide X-ray imaging of the anatomical structures of patients during clinical applications. The parts in question have led to the machine failing in function. Clinical staff are unable to safely perform these procedures in the OR without this equipment. Performance Period: 3 days after contract award. Type of Contract: Firm-fixed-price GENERAL REQUIREMENTS Equipment to be provided: Line Item Material # Product Description Qty 1 10308112 CCP-FD 1 Deliverables/Expectations: The Contractor must: Provide all equipment listed in II.A. Parts: All parts supplied shall be OEM and fully compatible with existing equipment. No refurbished parts shall be provided. The determination of compatibility is at the discretion of Biomedical Engineering Staff. Additional Charges: Any additional charges claimed must be approved by the CO. DEFINITIONS/ACRONYMS Biomedical Engineering - Supervisor or designee, Phone Number (215) 823-5800 x4685 CO - Contracting Officer. COR - Contracting Officer's Representative. VAMC - Department of Veterans Affairs Medical Center. OEM - Original Equipment Manufacturer CEU Continuing Education Credit SCHEDULE FOR DELIVERABLES Draft copies of deliverables shall be provided to Biomedical Engineering staff. Final copies must be provided within 5 business days of the time of each deliverable. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Instructions The information identified above is intended to be descriptive, of the brand Siemens C-Arm Control panel to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112. Please answer the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to jason.may2@va.gov no later than, 4 PM Eastern Standard Time (EST) on December 7, 2022. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0102 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Jason May. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Specialist at jason.may2@va.gov. 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. 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/88c4a96d20b843ee9d37fdf37202d36e/view)
- Record
- SN06902471-F 20231207/231205230046 (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 |