Tenders of Veterans Affairs, Department Of Usa
Tenders of Veterans Affairs, Department Of Usa
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Da01--visn 16 Real Time Location System Asset Tracking Sustainment Services
Closing Date13 Jan 2025
Tender AmountUSD 1.8 Million
This is an estimated amount, exact amount may vary.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
J065--intent To Sole Source Confocal Microscope Maintenance
Closing Date20 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Solicitation 36c24525q0231 Will Be Posted As A Combined/synopsis Solicitation On 1/14/2025 01/22/2025. This Will Have A Deadline Time Of 12:00 Pm Est.
this Solicitation Will Be Set-aside For Small Business.
Closing Date22 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
United States
C1da--521-19-102 - Replace Fire Alarm System Ae Contract Renewal (va-25-00027133)
Closing Date22 Jan 2025
Tender AmountUSD 113.6 K
This is an estimated amount, exact amount may vary.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
This Request For Information (rfi) /â sources Sought Notice Is Issuedâ 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.
sources Sought/rfi Description
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 334118 (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 Medical Grade Monitors Equivalent To Dt Research Medical Grade Lcd Monitors Part# 704m-001 To Va Phoenix Healthcare System Located At 650 E. Indian School Rd, Phoenix, Az 85012.
the List Of Draft Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required.
line Item
description
qty
uom
0001
dt Research Medical Grade - Lcd Monitors - Full Hd (1080p) - Color - 24" Part# 704m-001 Or Equivalent Medical Grade Monitors
195
ea
salient Characteristics:
must Be A Medical Grade Monitors.
screens Must Be At Least 24 Screen A Minimum Of 23.8 Viewable Screen.
must Have Wipeable Screen For Sanitizing Purposes.
must Be Compatible With Hdmi And Display Port.
note: Potential Offers Must Be Aware That The Items Being Acquired Are Procured As Brand Name Or Equal. For Those Items That Are Or Equal , A Description Of The Salient Characteristics Is Outlined Below. The Far Clause 52.211-6 Brand Name Or Equal Shall Apply To This Acquisition. Any Items Quoted As Equal Not Confirming To The Requirements Of Clause 52.211-6 Will Be Considered Non-responsive And Not Considered For Award.
no Remanufactures Or Gray Market Items Will Be Acceptable. Vendor Shall Be An Original Equipment Manufacturer (oem), Authorized Dealer, Authorized Distributor Or Authorized Reseller Verified By An Authorization Letter Or Other Documents From The Oem.
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. For Instances Where Your Company Can Meet The Salient Characteristics Requirement(s), 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 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 Hestia.sim@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Wednesday, January 22, 2025, By 10:00 Am Pacific Local Time.
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.
Closing Date22 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electronics Equipment...+1Electrical and Electronics
United States
J065--notice Of Intent To Sole Source: Nikon Confocal Microscope Preventative Maintenance Service - Va Palo Alto Health Care System
Closing Date22 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electronics Equipment...+1Electrical and Electronics
United States
J065--zeiss Proaim Eye Equipment Service
Closing Date16 Jan 2025
Tender AmountUSD 38.2 K
This is an estimated amount, exact amount may vary.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
The Department Of Veterans Affairs (va), Veteran Integrated Service Network (visn) 8 South Contracting Team, Intends To Solicit And Award An Acquisition For A Home Oxygen Services For Va Beneficiaries Throughout The Miami Va Healthcare System (mvahs) Catchment Areas Of Broward, Dade, And Monroe Counties. The Proposed Action Is For An Indefinite Delivery Contract, Which Will Be Advertised As A Set Aside To Service Disabled Veterans Owned Small Business On Or Before 01/07/2025. The Contractor Awarded This Program Requirement Shall Service That Entire Multi-area And Its Home Oxygen Patients. The Contract Period Will Be A Base Of Twelve Months And Four Twelve Month Options. Contractor Shall Provide Delivery, Setup, Installation, And Management Of Home Oxygen Services To Any Patients That Are Treated At The Miami Va Medical Center And All Community Based Outpatient Centers (cbocs) Supported Therein (clinic Of Jurisdiction/primary Service Area Coj/psa), Regardless Of Their Physical Location. The Listing Of These Counties Does Not Exclude Other Counties. This Includes Patients Who Reside Near Bordering States Catchment Areas But Prefer To Be Seen In Miami Vamc. Portable Cylinders, Regulators, Regulator Keys And 02 Carriers Shall Be Delivered To The Miami Vamc Within One (1) Business Day Of Request To Accommodate Home Oxygen Beneficiaries Who Are Visiting The Va Or Being Discharged And Require A Tank Of Oxygen To Go Home. The Contractor Shall Visit Patient S Residences For Regularly Scheduled Maintenance Visits In Performance Of This Contract By Appointment Only. The Contractor Shall Be Responsible For Scheduling The Appointments To The Patient S Home 24-48 Hours Prior To The Appointment. On Each Scheduled Set-up/delivery The Contractor Shall Reassess The Need To Instruct The Patient On The Use And Care Of The Equipment And Supplies As Necessary. The Contractor Shall Perform And Document A Home Safety Assessment That Will Include Assessing For Fall Risk, Evidence Of Smoking Around Oxygen Equipment, Working Smoke Detectors, Posted No Smoking Signs In Addition To All Other Joint Commission Requirements For Home Safety Assessments. Contractor Shall Re-instruct Patient, Family Or Caregivers As Necessary Without Formal Order From The Va. The Primary North American Industry Classification (naics) Code Applicable For This Acquisition Is 532283, Home Health Equipment Rental, With A Size Standard Of $41.0 Million Dollars. The Solicitation And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01, 11/12/2024. It Is The Responsibility Of The Offeror To Review The Web Page For Notice Of Amendments, Updates Or Changes To The Solicitation. No Hard Copy Solicitations Will Be Mailed. To Be Eligible For Award, Prospective Offerors Must Be Registered In The System For Award Management (sam) Internet Site, Https://sam.gov/content/home. Point Of Contact Is Jessica Kiser, At Jessica.kiser@va.gov.
Closing Date22 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description This Is A Combined Synopsis/solicitation For Commercial Services/items Prepared In Accordance With The Format In Far Subpart 12.6, In Conjunction With The Policies And Procedures For Solicitation, Evaluation, And Award As Prescribed Under Far 13.1, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 36c24724q0765 Is Issued As A Request For Quotation (rfq) Combined Synopsis / Solicitation. The Acquisition Procedures At Far Part 13 Are Being Utilized. The Provisions And Clauses Incorporated Into This Solicitation Document Are Those In Effect Through Federal Acquisition Circular 2024-05, May 22, 2024. Provisions And Clauses Incorporated By Reference Have The Same Force And Effect As If They Were Given In Full Text. The Full Text Of The Federal Acquisition Regulations (far) And Veterans Affairs Acquisition Regulations Supplement (vaar) Can Be Accessed On The Internet At Http://www.acquisition.gov/far/ (far) And Http://www.va.gov/oal/library/vaar/ (vaar). This Combined/synopsis Solicitation Is Set Aside For Service-disabled Veteran-owned Small Business (sdvosb) In Accordance With Vaar 852.219-73. The Acquisition Will Be Made Pursuant To The Authority In Far 13 To Use Simplified Procedures For Commercial Items. The North American Industry Classification System (naics) Code Is 561730, Landscaping Services. The Small Business Size Standard Is $9.5 Million. For More Information On Size Standards, Please Visit Http://www.sba.gov/size. Only Department Of Veterans Affairs Center For Veterans Enterprise (cve) Vendor Information Pages (vip) Vetbiz Verified Sdvosb Firms Are Eligible To Submit An Offer Or Receive An Award Of A Va Contract That Is Set-aside For Sdvosb In Accordance With Vaar Part 819. A Non-verified Vendor That Submits A Bid Or Proposal Will Be Considered Non-responsive And Ineligible For Award As Listing In Vip Is Not Self-correctable As A Minor Informality As, For Example, A Listing In Sam. The Vip Database Will Be Checked Both Upon Receipt Of An Offer And Prior To Award. Subcontracting Commitments - This Solicitation Includes Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors, And Vaar 852.215-71, Evaluation Factor Commitments. Accordingly, Any Contract Resulting From This Solicitation Will Include These Clauses. The Contractor Is Advised In Performing Contract Administration Functions, The Co May Use The Services Of A Support Contractor(s) To Assist In Assessing Contractor Compliance With The Subcontracting Commitments Incorporated Into The Contract. To That End, The Support Contractor(s) May Require Access To The Contractor's Business Records Or Other Proprietary Data To Review Such Business Records Regarding Contract Compliance With This Requirement. All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Co In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Co To Assess The Contractor Compliance With The Subcontracting Commitments. Limitations On Subcontracting - This Solicitation Includes Far 52.219-6 Notice Of Total Small Business Set-aside. Accordingly, Any Contract Resulting From This Solicitation Will Include This Clause. The Contractor Is Advised In Performing Contract Administration Functions, The Co May Use The Services Of A Support Contractor(s) Retained By Va To Assist In Assessing The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirements Specified In The Clause. To That End, The Support Contractor(s) May Require Access To Contractor's Offices Where The Contractor's Business Records Or Other Proprietary Data Are Retained And To Review Such Business Records Regarding The Contractor's Compliance With This Requirement. All Support Contractors Conducting This Review On Behalf Of Va Will Be Required To Sign An Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Co In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Co To Assess The Contractor's Compliance With The Limitations On Subcontracting Or Percentage Of Work Performance Requirement. The Atlanta Veteran Affairs Fort Mcpherson Campus, 1701 Hardee Ave Sw., Atlanta, Georgia 30310 Is Seeking To Procure Landscaping/grounds Maintenance Services. This Requirement Is For A Base Year And Four (4) One-year Option Periods. Offerors Are Therefore Asked To Complete The Attached Price/cost Schedule-item Information For Each Period Of Performance In Their Response, And To Include A Grand Total For Base Year And 4 One-year Option Periods. The Estimated Period Of Performance Is As Follows: Base Year: 6/26/2024 6/25/2025 Option Year 1: 6/26/2025 6/25/2026 Option Year 2: 6/26/2026 6/25/2027 Option Year 3: 6/26/2027 6/25/2028 Option Year 4: 6/26/2028 6/25/2029 The Following Solicitation Provisions Apply To This Acquisition: 52.212-1 Instructions To Offerors Commercial Items (sep 2023), Applies To This Solicitation In Addition To The Following Addendums To The Provision. Addendum To Far 52.212-1 Show Far Provisions Followed By Vaar Provisions In Numeric Order. List Of All Provisions Incorporated By Reference In Numeric Order Under 52.252-1 (see Below), Starting First With Far And Followed By Vaar: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998); 52.204-16 Commercial And Government Entity Code Reporting (aug 2020); 52.204-17 Ownership Or Control Of Offeror (aug 2020); 852.215-70-service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (oct 2019). Tailored 52.212-2 Evaluation To Offerors Basis Of Award The Government Will Evaluate Quotations Using The Comparative Evaluation Process Outlined In Far 13.106-2 (b) (3), Where Quotations Will Be Compared To One Another To Determine Which Provides The Best Benefit To The Government. The Government Reserves The Right To Consider A Quotation Other Than The Lowest Price That Provides Additional Benefit(s). Quotations May Exceed Minimum Requirements Of The Solicitation. The Government Reserves The Right To Select A Quotation That Provides Benefit To The Government That Exceeds The Minimum Requirements Of The Solicitation, But Is Not Required To Do So. Each Response Must Meet The Minimum Requirements Of The Solicitation. The Government Is Not Requesting Or Accepting Alternate Quotations. The Evaluation Will Consider The Following: Quality Control Plan: Offeror Shall Provide A Proposed Quality Control Plan (qcp) That Describes Their Company Ability To Provide Continuous Quality Support During Transition Period And Throughout The Life Of The Contract. The Qcp Shall Address Staff Training Plans, Ability To Meet The Workload, Methodologies For Identifying And Correcting Changes To Staff Level And Training, Ability To Provide Adequate Supervision, And Ability To Have Appropriate And Qualified Staff. Past Performance: The Past Performance Evaluation Will Assess The Relative Risks Associated With A Quoter S Likelihood Of Success In Fulfilling The Solicitation S Requirements As Indicated By The Quoter S Record Of Past Performance. The Past Performance Evaluation May Be Based On The Contracting Officer S Knowledge Of And Previous Experience With The Supply Or Service Being Acquired; Customer Surveys, And Past Performance Questionnaire Replies; Contractor Performance Assessment Reporting System (cpars) At Http://www.cpars.gov/; Or Any Other Reasonable Basis. Price: The Government Will Determine The Lowest Price By Comparing The Total Amount Offered By Each Offeror. (end Of Evaluation Criteria) 52.212-3 Offerors Representations And Certifications Commercial Products And Commercial Services Offerors Must Complete Annual Representations And Certifications On-line At Http://orca.bpn.gov In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Items. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. The Following Contract Clauses Apply To This Acquisition: Far 52.212-4, Contract Terms And Conditions Commercial Items (nov 2023). The Following Clauses Are Incorporated Into 52.212-4 As An Addendum To This Contract: 52.204-9, 52.204-18, 52.217-8, 52.217-9, Vaar 852.203-70, Vaar 852.219-73, Vaar 852.232-72 And Vaar 852.237-70. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (dec 2023). The Following Subparagraphs Of Far 52.212-5 Are Applicable: 52.203-6, 52.204 10, 52.209-6, 52.219-6, 52.219-8, 52.219-9, 52.219-27, 52.219-28, 52.219-3, 52.219-28, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.222-41, 52.222-42, 52.222-43, 52.222-55, 52.222-62,52.223-18, 52.225-1, 52.225-13, 52.232-33, And 52.232-34. The Defense Priorities And Allocations System (dpas) Is Not Applicable To This Acquisition. The Department Of Labor Wage Determination Applicable To This Requirement Is: Wd 2015-4471 (rev -28) Dated 4/16/2024. Descriptions For The Occupations For This Requirement And Determining The Appropriate Wage Determinations Are The Responsibility Of The Contractor, And The Offeror Is Encouraged To Coordinate With The Department Of Labor In Order To Determine The Appropriate Job Classifications For This Requirement. The Agency Assumes No Responsibility Or Liability For A Contractor S Determination Of The Appropriate Classification. Site Visit: A Site Visit Has Been Scheduled For Tuesday June 18, 2024 @ 9:00 Am At The Atlanta Va Health Care System, Fort Mcpherson, 1701 Hardee Avenue, Sw. Atlanta, Ga 30310. Questions: All Questions Regarding This Solicitation Need To Be Electronically Submitted (email) No Later Than June 17, At 11:00 Am Est To Michael Barton, Contracting Specialist At Michael.barton@va.gov. No Questions Received After This Date Will Be Answered. Telephone Or Faxed Questions Will Not Be Answered. Only Electronic Mail (email) Questions Will Be Answered. The Solicitation Number Must Be Identified On All Submitted Questions. Statements Expressing Opinions, Sentiments, Or Conjectures Are Not Considered Valid Inquiries And Will Not Receive A Response. Submission Of Offers: Submitted Offers Shall Not Exceed 25 Single-sided Pages And Any Pages Beyond This Amount Will Be Removed And Not Evaluated. Files Should Be Sent In Pdf Format And No Larger Than 10mb Or They May Be Automatically Rejected By The Server. The Government Is Not Responsible For Rejected E-mails That Exceed The E-mail Capacity. All Quotes/offers Submitted Must Include The Solicitation Number And Title In The Subject Line Of The Email. Only Electronic Mail (email) Offers Will Be Accepted. Hand Deliveries Or Facsimile Will Not Be Accepted. Telephone Responses Shall Not Be Accepted. Offers Must Be Submitted Via Email To The Contracting Specialist, Michael Barton At Michael.barton@va.gov No Later Than 11:00am (est) On June 21, 2024. Offers Received After This Date And Time Will Be Considered Late Offers. Contact Information Contracting Office Address: Atlanta Va Medical Center 2008 Weems Rd Tucker, Ga 30084 Primary Point Of Contact: Michael Barton Contracting Specialist, Nco 7 Michael.barton@va.gov
Closing Date22 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine...+1Machinery and Tools
United States
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: 644 - 36c26225q0278 Ultrasonic Scaler
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 339114 (size Standard Of 750 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 01/21/2025, 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: Cavitron Jet Plus Ultrasonic Scaler & Air Polishing System
type: Dental Scaler (not Dental Handpiece)
possible Capabilities: Cleaning Teeth
equal To Product Information:
main Component: Dental Scaler (not Dental Handpiece)`
possible Capabilities: Cleaning Teeth
***all Submissions Shall Include The Following Statement: 644 - 36c26225q0278 Ultrasonic Scaler
brand Name Product(s) Are Provided For Reference Only
cavitron Jet Plus Ultrasonic Scaler & Air Polishing System 9 Ea
Total Cost: $
salient Characteristics
sonic Scaler
must Be Compatible With Jet Mate Sterilizable, Handpiece.
shall Include A Wireless Foot Pedal.
shall Include A Single-push Turbo Mode Boost.
shall Include A Rinse Mode Without Cavitation.
shall Maintain Power As Scaler Tip Comes Into Contact With Tooth Surface.
shall Include A Purge Function With Automatic 2-minute Cycle For Flushingâ the Waterline.
shall Include 330â° Ergonomic Swivel Rotation Handpiece
shall Include A 2 Year Warranty On The Main Unit, And 6 Months On The Handpiece.
Closing Date22 Jan 2025
Tender AmountRefer Documents
921-930 of 1326 archived Tenders