Tenders of Veterans Affairs, Department Of Usa

Tenders of Veterans Affairs, Department Of Usa

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Security and Emergency Services
Corrigendum : Closing Date Modified
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
J012-- Facilities Maintenance | Fire Door/extinguisher Inspection/maint (va-25-00015129)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
J045--seattle Campus - Ada Parking Stalls Restriping Services

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Z1da--durham Guardrail System Phase 2

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
6515--intent To Sole Source - Inari Flowtriever System

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
C1nb--project #549a4-23-600 Bonham Energy System (design)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
This Is A Special Notice As A Pre-intent To Sole Source / Request For Information (rfi) Only. The Responses To This Posting Will Be Used To Establish The Procurement Strategy For Example, Set-aside, Sole Source, Unrestricted For A Solicitation That Va Intends To Post In The Near Future. Please Review The Attached Document(s) For More Details On This Requirement. please Review The Attached Special Notice And Draft Statement Of Work. i.the Michael E. Debakey Veterans Affairs Medical Center (medvamc) Intends To Award A Sole Source, Firm-fixed Priced Contract For: One (1) Rs 3400 Owd Blood Irradiator, To Small Business Rad Source Technologies, Inc. Located At 4907 Golden Parkway, Suite 400, Buford, Georgia 30518. Rad Source Technologies, Inc. Is The Original Equipment Manufacturer(oem) For The Irradiator Required By The Michael E Debakey Va Medical Center, 2002 Holcombe Blvd., Houston Tx 77030. It Has Been Determined That Through Initial Market Research, Only One (1) Responsible Source Can Provide The Required Brand Name Supplies In Accordance With Federal Acquisition Regulation (far) 6.302-1 Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements . ii.the North American Industry Classification (naics) Code For This Acquisition Is 334517, Surgical And Medical Instrument Manufacturing. The Small Business Size Standard Is 1,200 Employees. iii.this Purchase Will Be Made In Accordance With Federal Acquisition Regulation (far) 13.106-1(b)(1)(i). iv.the Estimated Award Date Is On Or Before 3-31-2025. no Solicitation Exists At This Time. Please Provide The Information You Deem Relevant In Order To Respond To The Specific Inquiries Of The Rfi. Interested Parties Are Encouraged To Furnish Information By Email Only With Response To Intent To Sole Source 36c25625q0364 - Rs 3400 Owd Irradiator -medvamc In The Subject Line. the Department Of Veterans Affairs Will Not Be Responsible For Any Costs Incurred By Interested Parties In Responding To This Pre-intent To Sole Source. Only Written Responses From Responsible Sources Will Be Considered. Any Prospective Contractor Must Be Registered In The System For Award Management (sam) To Be Eligible For Award. All Documents Submitted, Will Not Be Returned. all Interested Parties Shall Submit Clear And Convincing Documentation Demonstrating Their Capabilities To Satisfy The Requirements To Contracting Officer Via Email To Felicia.lovelady@va.gov. Capability Documentation Should Include General Information And Technical Background Describing In Detail The Prospective Contractor's Capabilities And Experience That Will Demonstrate The Ability To Support These Requirements. this Notice Of Intent Is Not A Request For Competitive Quotes. However, Interested Parties May Identify Their Interest And Capability To Respond To This Requirement By January 28, 2025, At 3:00p.m. Central Standard Time (cst). Information Provided Will Be Used Solely By Medvamc As Market Research And Will Not Be Released Outside Of The Medvamc Purchasing And Contracting Team.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Transportation and Logistics
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
This Request For Information (rfi) Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. sources Sought Description this Is Not A Solicitation Announcement. This Is A Sources Sought/rfi Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 492110 (size Standard Of 1,500 Employees). Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. the Department Of Veterans Affairs (va), Visn 22 Network Contracting Office 22, Is Seeking Sources That Can Provide Courier Services That Meet The Minimum Requirements Listed At Attachments A & B For The Va Visn 22 Locations Listed In Attachment B, Section 2. estimated Period Of Performance: Base + 4 Optional Years. the Information Identified In Attachments A & B Are Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies/services That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Supplies/services That Fulfill The Required Specifications. if You Are Interested And Capable Of Providing The Sought-out Supplies/services, Please Provide The Requested Information In Attachments A & B As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Please Indicate The 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.) (2) Is Your Company Considered Small Under The Naics Code Identified Under This Rfi? (3) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number. (4) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract? (5) Please Provide General Pricing For Your Products/solutions For Market Research Purposes In Attachment A. (6) Please State Your Company S Uei Number. (7) A Capability Statement That Provides Detailed Information For One Or More Reference Contracts That Demonstrate Your Experience Providing Courier Services That Meets The Requirements Described In The Attached Statement Of Work (attachment B) And Demonstrates Your Experience Providing The Requested Services Required By This Procurement. General Statements Of Capability Are Not Acceptable. Respondents Must Provide The Following Information For Each Reference Contract The Respondent Identifies As Evidence Of The Respondent S Capability To Perform The Work Required By This Procurement. Respondents Must Provide The Following Information For Each Reference Contract: 1) The Legal Name Of Entity With Whom The Respondent Held The Contract; 2) The Contract Number; 3) A Description Providing Details Of The Specific Tasks The Respondent Performed Under That Contract; 4) The Dates During Which The Respondent Performed The Contract; 5) The Name, Phone Number, And Email Address Of A Person At The Entity With Whom The Respondent Held The Contract Who Can Verify The Information The Respondent Provides Regarding This Reference Contract. if A Respondent Offers To Demonstrate Experience Through The Proposed Use Of Subcontractors, The Respondent Must Identify The Legal Name Of Each Subcontractor And Provide All Of The Information Required Above For One Or More Reference Contracts Performed By Each Subcontractor The Respondent Intends To Use. note: The Information Requested Above Is Required For The Government To Evaluate Whether There Are Sufficient Small Business Concerns Of A Particular Type Who Are Capable Of Performing The Work Required By This Procurement To Determine If This Procurement Should Be Set Aside For A Given Type Of Small Business Concern. Failure To Submit All Of The Information Requested Above To Support A Respondent S Claimed Experience May Be Viewed By The Government As Evidence That The Respondent Lacks The Ability To Provide The Courier Services Required By This Procurement. This, In Turn, May Affect The Government S Determination About Whether The Requirements For A Set-aside Procurement Have Been Met. *** Submissions Addressing Section (7) Should Show Clear, Compelling And Convincing*** Evidence That All Requirements Are Met In The Statement Of Work. responses To This Notice Shall Be Submitted Via Email To Clift.domen@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Tuesday, January 28th, 2025, At 10:00 A.m. Pst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date4 Jan 2025
Tender AmountRefer Documents 
Presolicitation Notice presolicitation Notice page 6 Of 6 presolicitation Notice *=required Field presolicitation Notice page 1 Of 6 this Request For Information (rfi) / Sources Sought Notice Is Issued Solely For Information And Planning Purposes. this Is Not A Solicitation. submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. ***all Submissions Shall Include The Following Statement: 605 - 36c26225q0240 Centrifuge this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 339112 (size Standard Of 1,000 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published. the Department Of Veterans Affairs (va) Is Seeking Sources Capable Of Providing Infusion Pump Units And Components That Can Address The Attached List Of Draft Requirements For Multiple Va Medical Centers. the List Of Draft Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required. if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Salient Characteristics Requirements. For Instances Where Your Company Cannot Meet The Salient Characteristics Requirement(s), Please Explain. Also, Please Show How Your Company Meets/exceeds Each Requirement. (2) Please Review The List Of Salient Characteristics Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a. (3) Please Indicate The 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. (4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi? (5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Salient Characteristics? (6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified. (8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6? (9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items? (10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment, Or Facilities In A Manner Consistent With Industry Practice? (11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act? (12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate. (13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail? (14) Does Your Proposed Equipment Have Fda Clearance? Please Specify What Fda Clearance(s) Have Been Obtained. (15) Does Your Organization Offer A Leasing Solution? Please Elaborate. (16) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s). (17) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract. (18) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award. (19) Please Provide Your Sam.gov Unique Entity Id/cage Code Number. responses To This Notice Shall Be Submitted Via Email To John.harrison2@va.gov Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than 01/03/2025, By 4:00 Pm Est. all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement. brand Name Information: manufacturer & Part Number: Sorvall Lynx 4000 type: High-throughput Superspeed Centrifuge possible Capabilities: Centrifuge equal To Product Information: main Component: High-throughput Superspeed Centrifuge possible Capabilities: Centrifuge ***all Submissions Shall Include The Following Statement: 605 - 36c26225q0240 Centrifuge 75006580 1 Lynx 4000 200-240 V 50/60 Hz: Sorvall 2 Ea Lynx 4000: Superspeed Centrifuge, Capacity: 4 X 1000ml, Max. Rcf: 68,905 X G, Max. Speed: 24,000 Rpm, Refrigerated: Yes, Superspeed Centrifuge, Accel/decel Profiles: 9 Accel, 10 Decel startccen 2 Start-up Svc Compl. Centr: Unity Lab 2 Ea Services Start-up Service (standing Centrifuges), Duration: 1 Day, For Use With: Floor Model Centrifuges, Speedvacs, Warranty And Service Offering: Start-up Service. tcwcen3 3 Uls Total Care Wnty Pln Ss Lc: Unity 2 Ea Lab Services Total Care Warranty For Thermo Scientific Superspeed And Large Capacity Centrifuges, For Use With: Superspeed And Large Capacity Centrifuges. nc3246059 4 Service Travel: Vendor Catalog # 4 Ea Svs-travel-zone 4/new 096145075 5 Rotor Lynx F14-14x50cy: Thermo Scientific 1 Ea Fiberlite F14-14 X 50cy Fixed-angle Rotor, For Use With: Sorvall Lynx 6000 And 4000 Superspeed Centrifuges, Capacity: 14 X 50ml, Max. Speed: 14,000 Rpm, Max. Rcf: 33,746 X G, Carbon Fiber Composite, Fixed Angle Rotor, Angle: 34 Deg., Biocontainment: Yes 75100378 6 Adpt 50 To 15ml Conical 2/pk: Thermo 3 Ea Scientific Fiberlite Rotor Adapters, Description: Adapter For 15ml Conical Tubes. 75003000 7 Rotor Lynx Bioflex Hc 4x1l: Thermo 1 Ea Scientific Bioflex Hc Swinging-bucket Rotor, For Use With: Sorvall Lynx 6000 And 4000 Superspeed Centrifuges, Capacity: 4 X 1000ml, Max. Speed: 5,500 Rpm, Max. Rcf: 7,068 X G, Stainless Steel Rotor Body With Aluminum Buckets, Swinging Bucket Rotor, Angle: Horizontal, Biocontainment: Yes 75007306 8 Adapter Tx-1000 15mlconicalpk4: 1 Ea Adapters For Thermo Scientific Tx-1000 Swinging Bucket Rotor, Capacity: 96 X 15ml, For Use With: 15ml Conical Tube, Max. Tube Diameter: 17.5mm, Max. Tube Length: 121mm. 75003672 9 37 X 10 Ml Adapter 4 Pk: Thermo 1 Pg Scientific 10ml Blood Collection Tubes For Bioliner Rotor Bucket Adapters, Description: 10ml Blood Collection Tubes, No. Per Pack: 4. 75003662 10 F14s-6x250 Le Fiberlite Rotor: 2 Ea Thermo Scientific Fiberlite F14-6 X 250le Fixed Angle Rotor, For Sorvall Legend T Plus, Multifuge 3 Plus, For Use With: Thermo Scientific Sorvall Legend T Plus And Multifuge 3 Plus Centrifuges, Capacity: 6 X 250ml, Max. Speed: 10,000 Rpm, Max. Rcf: 15,316 X G, angle: 23 Deg. 75101073 11 Adpt 250 To 15ml Con 2/pk: Thermo 3 Ea Scientific Fiberlite F14-6 X 250le Rotor Adapters, Description: 15 Ml Conical Tube (set Of 2). 75100136 12 Adpt 250 To 50ml Con 2/pk: Thermo 6 Ea Scientific Fiberlite F14-6 X 250le Rotor Adapters, Description: 50ml Conical Tube (set Of 2). freight 13 Freight 1 Ea Total Cost: $ salient Characteristics high-throughput Superspeed Centrifuge, Rotors, And Adaptors superspeed Centrifuge Must Be A High-throughput Floor Model power Requirements Are 200-240v 50/60hz must Have Maximum Capacity Of 4l must Produce Centrifugation Speed Of No Less Than 24,000 Rpm must Be Able Yield Rotational Force Of No Less Than 68,905 X G must Be Able To Perform At A Temperature Range Of 10 Degree C To 40 Degree C must Have A Timer Control That Can Allow 99 Hours Hold-time must Have Capability Of Quick And Secure Changes Of Rotors must Use A High Torque Brushless Drive System must Be Able To Perform No Less Than 9 Acceleration And 10 Deceleration Profiles must Be Quiet And Produce No More Than 60 Dba must Offer Installation And Training must Offer Long-term Warranty rotor 1 For 4 X 1l Capacity must Be A Swinging-bucket Rotor must Be Able To Be Used In The Above Superspeed Centrifuge must Be Able To Process 35 Or More Tube Styles From Microtubes To 1l Bottles, Conical Tubes, Microplates, Tissue Culture Flasks, And Blood Bags must Be Stainless Steel Rotor Body And Aluminum Bucket must Be Able To Handle No Less Than 7,068 X G And No Less Than 5,500 Rpm must Support A Range Of Capacities And Be Able To Accommodate Adapter For 15 Ml Conical Tube And Adapter For 10 Ml Centrifuge Tubes adapters For Rotor 1 must Be Adapter Suitable For Use In The Above Rotor. must Be Adapter For Use In Swinging-bucket Carrying 15 Ml Conical Tubes must Be Adapter For Use In Swinging-bucket Carrying 10 Ml Centrifuge Tubes rotor 2 For 6 X 250 Ml Capacity must Be A Fixed Angle Rotor 1 must Be Able To Be Used In The Above Superspeed Centrifuge must Be Lightweight, Fiberlite Carbon Fiber Rotors And Be Corrosion- And Fatigue-resistant must Support A Range Of Capacities And Be Able To Accommodate 250 Ml Centrifuge Bottles Or 10 Ml, 15 Ml, 50 Ml, And 50 Ml Conical Centrifuge Tubes With Corresponding Adapters must Provide No Less Than 15 Years Warranty adapters For Rotor 2 must Be Adapter Suitable For Use In The Above Rotor 2. must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 15 Ml Conical Tubes must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 50 Ml Conical Tubes superspeed Centrifuge must Be A High-throughput Floor Model must Have Maximum Capacity Of 4l must Produce Centrifugation Speed Of No Less Than 24,000 Rpm must Be Able Yield Rotational Force Of No Less Than 68,905 X G must Be Able To Perform At A Temperature Range Of 10 Degree C To 40 Degree C must Have A Timer Control That Can Allow 99 Hours Hold-time must Have Capability Of Quick And Secure Changes Of Rotors must Use A High Torque Brushless Drive System must Be Able To Perform No Less Than 9 Acceleration And 10 Deceleration Profiles must Be Quiet And Produce No More Than 60 Dba must Offer Installation And Training must Offer Long-term Warranty rotor For 6 X 250 Ml Capacity must Be A Fixed Angle Rotor must Be Able To Be Used In The Above Superspeed Centrifuge must Be Lightweight, Fiberlite Carbon Fiber Rotors And Be Corrosion- And Fatigue-resistant must Support A Range Of Capacities And Be Able To Accommodate 250 Ml Centrifuge Bottles Or 10 Ml, 15 Ml, 50 Ml, And 50 Ml Conical Centrifuge Tubes With Corresponding Adapters must Provide No Less Than 15 Years Warranty adapter For The Above Rotor must Be Adapter Suitable For Use In The Above Rotor must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 15 Ml Conical Tubes must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 50 Ml Conical Tubes

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date4 Jan 2025
Tender AmountRefer Documents 
Please See The Attachment For The Full Description.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
J045--legionella Filters Installation
811-820 of 1697 archived Tenders