Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2024 SAM #8230
SOURCES SOUGHT

35 -- Pharmaceutical Labeler with Wrap Station

Notice Date
6/7/2024 9:39:58 AM
 
Notice Type
Sources Sought
 
NAICS
333993 — Packaging Machinery Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q1294
 
Response Due
6/14/2024 10:00:00 AM
 
Archive Date
08/13/2024
 
Point of Contact
Choo, Sam, Contract Specialist, Phone: sam.choo@va.gov
 
E-Mail Address
sam.choo@va.gov
(sam.choo@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this source sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. The NMVAHCS Cooperative Studies Program, Clinical Research Pharmacy Coordinating Center requires a CVC Technologies/CVC430 Front & Back Labeler with Wrap Station or Equivalent to replace aging unit: LABELER SALIENT CHARACTERISTICS: Required Standard Features: Auto Adjusting Control System to auto-detect bottle diameter/width and auto-calculate label dispensing based on bottle size & characteristics. Stainless Steel Frame on lockable casters Stainless Steel flatbed conveyor Touchscreen Human Machine Interface Label head with up to +/- 1/32"" accuracy and Integrated Wrap Station Capacity: up to 175 bottles per minute (BPM) Bottles to be labeled specifications: Bottle Height: 2 to 8-3/4 in (50 to 220 mm) Bottle Width: 1/2 to 6-1/4 in (13 to 159 mm) Labels to be supported specifications: Label Width/Height: 5/8 to 9 in (16 to 229 mm) Label Length 1/2 to 10 in (15 to 250 mm) Physical dimension requirements: Conveyor Width: 6 in (minimum) Conveyor Length: 96 in (maximum) Conveyor Bed Height: 36 in (+/- 2 in) Electrical Requirements Power: 110V/120V If you are interested and are capable of providing the required supply(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) 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. (3) Is your company considered small under the NAICS code 333993? (4) 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 type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Must provide general pricing for your products/solutions for market research purposes. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources-sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 333993 (600 Employees). Responses to this notice shall be submitted via email to sam.choo@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, 6/14/2024 10:00 AM PT. After review of the responses to this source sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f52fdcdafc347e39bd3b6c75fca9f99/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Cooperative Studies Program Clinical Research Pharmacy Coordinating Center 2401 Centre Ave SE, Albuquerque, NM 87106, USA
Zip Code: 87106
Country: USA
 
Record
SN07090721-F 20240609/240607230119 (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.