SOURCES SOUGHT
65 -- 65--Lake Mead NRA Cardiac Monitors
- Notice Date
- 2/13/2024 2:27:08 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- PWR PORE MABO (84000) POINT REYES STATION CA 94956 USA
- ZIP Code
- 94956
- Solicitation Number
- 140P8124Q0008
- Response Due
- 2/28/2024 2:00:00 PM
- Archive Date
- 03/14/2024
- Point of Contact
- Overbaugh, Caleb, Phone: 0000000000
- E-Mail Address
-
caleb_overbaugh@nps.gov
(caleb_overbaugh@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The National Park Service is considering a firm fixed price supply requirement for two cardiac monitors with accessories brand name or equal to the Tempus Pro Monitor/defibrillators (see attachment 1 Specifications for full details) for Lake Mead National Recreation Area (NRA). The project will be implemented using the North American Industry Classification System (NAICS) Code 339112 � Surgical and Medical Instrument Manufacturing. The applicable classification code is 6515 � Medical and Surgical Instruments, Equipment, and Supplies. The National Park Service is conducting this Sources Sought to identify small business contractors who possess the capabilities to provide services as specified above and to determine their availability, capability and adequacy. If your firm may be interested in this requirement and is a qualified small business for the NAICS code 339112 please submit a response to this Sources Sought. The small business size standard is 1000 employees. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. Submission Instructions: Responses via email are due by 2:00 PM PST on 02/28/24 to the contracting specialist Caleb Overbaugh at caleb_overbaugh@nps.gov. Submissions must include the information requested below. Late responses will not be accepted. This is strictly market research and the Government may not respond to any questions. Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought. Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm�s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: A. Company Profile to include: 1. Company name and address; 2. Affiliate information: parent company, joint venture partners, and potential teaming partners; 3. Year the firm was established and number of employees; 4. Points of contact (names, titles, phone numbers and email addresses); 5. UEID and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: 6. Small Business designation/status (must correlate with SAM registration): _____ Small business _____ HUBZone _____ WOSB _____ 8(a) _____ VOSB _____ SDVOSB _____ Small Disadvantaged Business 7. Include a brief summary of the similar work performed, supporting narrative to show why each project is relevant to this sources sought notice and other relevant information such as any teaming or joint venture partners. In addition, include proof of satisfactory past performance on the referenced projects.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c8b27716797d432890b5335655b0a11a/view)
- Record
- SN06965020-F 20240215/240213230047 (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 |