SOURCES SOUGHT
66 -- VISN 9 Chemistry Automation - CPRR
- Notice Date
- 12/14/2023 10:29:23 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24924Q0099
- Response Due
- 12/26/2023 10:00:00 AM
- Archive Date
- 01/10/2024
- Point of Contact
- Contract Specialist, Doug Huddy, Phone: 615-225-3418
- E-Mail Address
-
douglas.huddy@va.gov
(douglas.huddy@va.gov)
- Awardee
- null
- Description
- VISN 9 Chemistry Automation Cost per Results Reportable On behalf of Veterans Integrated Service Network 9 (VISN 9), Network Contracting Office (NCO) 9 is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in and the resources to support this requirement. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334516 Analytical Laboratory Instrument Manufacturing. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred. If your organization has the capability to perform these services, please provide the following information: Organization name, address, point of contact, email address, Web site address, and telephone number. Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business, large business, etc. If these services are available via GSA or VA Federal Supply Schedule, please indicate schedule/contract number. Business type under the noted North American Industry Classification System (NAICS), which contains a size standard of 1,000 employees, CAGE Code, and SAM Unique Entity ID Number. Under which NAICS code does your company usually provide the requirements described in the SOW - Please provide rationale for your answer if different from NAICS 339112. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, and staff capability. Cost per Results Reportable purchases are determined to be a service. Consequently, the Limitations on Subcontracting as detailed in clauses FAR 52.219-14 and VAAR 852.219-75 will apply to any subsequent purchase. Responses to this notice must include details of how a firm proposes to comply with these limitations. Response to this Sources Sought shall not exceed 5 pages and should include all of the above information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. The government will evaluate market information to ascertain potential market capacity to: Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Implement a successful plan that includes: compliance with program schedules; cost containment; meeting and tracking performance. Provide services under a firm-fixed price contract. Respondent firms claiming SDVOSB and VOSB status shall be registered at Center for Veterans Enterprise (CVE), verified in VetBiz Registry www.vetbiz.gov and SBA Veteran Small Business Certification (VetCert) Veteran Small Business Certification (sba.gov). SOW Review: the attached Statement of Work (SOW) is a draft document capturing the agency s needs. VA is interested in ensuring the SOW reflects current market capability and best practices. If your firm has any notes concerning the attached SOW, VA is interested in that information. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by the date and time specified above. All responses under this Sources Sought Notice must be emailed to Doug Huddy at douglas.huddy@va.gov with a courtesy copy (cc) to Scott Dickey at scott.dickey@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to perform the work. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in accordance with any relevant regulation. However, responses to this notice shall not be considered adequate responses to a solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6845fdd012034a0581526a7342b5ca9e/view)
- Place of Performance
- Address: Veterans Integrated Service Network 9 1801 West End Ave Suite 600, Nashville, TN 37203, USA
- Zip Code: 37203
- Country: USA
- Zip Code: 37203
- Record
- SN06913237-F 20231216/231214230100 (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 |