Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2024 SAM #8164
SOURCES SOUGHT

J -- FY24 - BKLYN PM/Full- Service Medrad Injectors (B OPT4)

Notice Date
4/2/2024 6:33:52 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24224Q0510
 
Response Due
4/8/2024 7:00:00 AM
 
Archive Date
06/07/2024
 
Point of Contact
Tiffany Vazquez-Simon, Contract Specialist, Phone: 914-737-4400
 
E-Mail Address
tiffany.vazquez-simon@va.gov
(tiffany.vazquez-simon@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought Notice. (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although ""proposal,"" ""offeror,"" contractor, and ""offeror"" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The Government is seeking information for market research purposes only. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as ""proprietary"" or ""confidential,"" intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Network Contracting Office 2 (NCO 2) for the purpose of collecting information about Medrad Injection preventative, inspection and repair services at VA NYHHCS BROOKLYN VAMC 800 POLY PLACE, BROOKLYN, NY 11209. The VA is seeking to provide for this requirement as of JUNE 01, 2024, to establish a NEW SERVICE. The NAICS code identified for this requirement is 811210 Electronic and Precision Equipment Repair and Maintenance ($34 Million size standard). The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment and possess an interest in performing these service, are encouraged to email a capability statement and full information to Tiffany Vazquez-Simon, Contract Specialist at tiffany.vazquez-simon@va.gov, responses are due APRIL 8, 2024 by 10:00AM EST. Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business). Interested parties MUST provide company/individual name, point of contact, address, SAM UEI number, social-economic classification, a capability statement, and examples of same or similar work performed at other facilities. If contractor is a Service-Disabled Veteran-Owned Small Business (SDVOSB), a Veteran-Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. If any of the requested information is not supplied with the response, this may result in the contractor not being considered in the Government s Procurement Strategy. The following information is required for determining procurement strategy and viability of sources: Contractor shall provide 2 to 3 instances of past experience which demonstrate that they are a firm regularly engaged in this type of work, to include subcontractors for those jobs. How many years experience does your company have in performing tasks of this nature, of this scope and this complexity? How many years of service do your proposed technicians have performing tasks of this nature, this scope, and this complexity? How many years does your proposed subcontractor have in performing tasks of this nature, this scope, and this complexity? How many jobs of this of this nature, of this scope and this complexity have you performed in the past five years? Contractor shall supply proof of any applicable certification or training required to meet the regulatory requirements, if applicable. How many certified/licensed technicians does your company currently employ? Contractors shall also identify any Federal Supply Schedules that may carry the desired services. This service is located in Brooklyn, New York. Provide your site location and supporting documentation. Given your location and proximity to the service site, how do you plan to accomplish self-performance of this work? Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VetCert, as well as for any intended subcontractors. Set aside requirements have limitations on subcontracting. If your intention is to subcontract work, what tasks will be performed by you as the prime contractor? What tasks will require a subcontractor due to your inability to perform them within your company? Contractor shall provide a listing of any teaming agreements they intend to employ in the performance of this requirement if awarded. Contractors shall include any relevant comments about the Attachment(s), if applicable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/46a5037d562e4aeda746d810a4105f5a/view)
 
Place of Performance
Address: VA New York Harbor - Brooklyn VAMC 800 Poly Place, Brooklyn, NY 11209, USA
Zip Code: 11209
Country: USA
 
Record
SN07017521-F 20240404/240402230045 (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.