SPECIAL NOTICE
J -- NOI SS: Philips Imaging Preventative Maintenance Services HTME
- Notice Date
- 5/1/2024 10:09:14 AM
- Notice Type
- Special Notice
- NAICS
- 811210
—
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25624Q0831
- Response Due
- 5/10/2024 2:00:00 PM
- Archive Date
- 05/20/2024
- Point of Contact
- Shasta Britt, Contract Specialist, Phone: 713-794-8609
- E-Mail Address
-
shasta.britt@va.gov
(shasta.britt@va.gov)
- Awardee
- null
- Description
- This is a Special Notice for commercial items prepared in accordance with FAR Subpart 5.2, Synopses of Proposed Contract Actions. This announcement constitutes the only Notice of Intent (NOI) to Sole Source (SS) and synopsis of proposed action. The Department of Veterans Affairs Michael E. DeBakey VA Medical Center (MEDVAMC) Network Contracting Office (NCO) 16 intends to issue and award a Sole Source single award Firm-Fixed Price type Task Order contract with a period of performance (PoP) 08/1/2024-07/31/2026 (Base + 1 option year, Not to Exceed (NTE) 2 years) to Philips North American LLC located at 22100 Bothell Everett HWY, Bothell WA 98021-8431 on Veterans Healthcare Administration (VHA) Federal Supply Schedules (FSS) contract VA797-H-17-D-0022 to expire 12/21/2026, for High Technical Medial Equipment; Philips Imaging Annual Preventative Maintenance Services at the MEDVAMC, located at 2002 Holcombe Boulevard, Houston, TX 77030. It has been determined that through initial Market Research, only 1 (one) responsible source IAW FAR 8 can provide the required supply as identified the item list attachment. The contract will be a Firm Fixed Task Order award. The statutory authority for this non-competitive acquisition as implemented by FAR 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements . The North American Industrial Classification System (NAICS) code for this procurement is 811210, with a small business size standard of $34 million, and the FSC/PSC is J065. The Department of Veterans Affairs intends to solicit and award IAW FAR 8.004 a sole source firm fixed delivery order award to provide the following: see attached item list. The contractor shall provide and ensure safe, secure, and careful handling of the supplies in accordance with established guidelines from the Department of Veterans Affairs Handbook 6500. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS. A SOLICITATION WILL NOT BE POSTED. Telephone requests will not be honored. No award will be made based on quotes or offers received in response to this notice. All responsible sources may identify their interest to meet this requirement to Shasta Britt by 4:00 pm (CST) by the date identified on announcement. Additionally, any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the government by providing the following: 1.Business Size and Socio-Economic Status: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is an SBA VetCerts verified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the UEI number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at www.sam.gov and/or the SBA VetCerts Registry at https://veterans.certify.sba.gov/. If not, please NOTE: any future solicitation could only be awarded to a contractor who is registered in SAM. To receive award based on VOSB or SDVOSB status you must be registered in the SBA VetCerts Registry. The intent of this notice is for informational purposes only. Interested parties may submit information for consideration by the government to: shasta.britt@va.gov no later than the response due date/time identified above. All responses received by the closing date specified herein will be considered by the Government, any response to this notice must show clear and convincing evidence that the responding company can provide the same services by the required date. However, a determination by the Government to not compete is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9da5bcb995ff4d37b0afbb97f485c507/view)
- Record
- SN07047977-F 20240503/240501230035 (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 |