DOCUMENT
J -- Preventative Maintenance Service and Repair for: STERRAD(r) NX Sterilization System - Attachment
- Notice Date
- 3/12/2013
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24313I0762
- Response Due
- 3/22/2013
- Archive Date
- 4/21/2013
- Point of Contact
- Brad Mills
- E-Mail Address
-
914)
- Small Business Set-Aside
- N/A
- 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. Requests for a solicitation will not receive a response. Responses to this Sources Sought 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 qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. No funds have been authorized, appropriated, or received for this effort. Place of Performance: Department of Veterans Affairs New York Harbor VA Medical Center 800 Poly Place Brooklyn, New York 11209-7104 Purpose and Objectives: The James J. Peters VA Medical Center seeks to identify potential offerors capable of providing full service maintenance for: Johnson & Johnson STERRAD NX Sterilization System SN: 10033070804 This will be a full service contract to include all necessary labor, tools, equipment, transportation and parts required to perform unlimited unit-related repair, corrective maintenance and two preventative maintenance services. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Vendor must have access to Original Equipment Manufacturers (OEM) parts, manuals and schematics to perform the service. Vendors must have their own schematics available on site at time of service. ALL REPAIRS SHALL BE PERFORMED BY A MANUFACTURER-TRAINED TECHNICIAN. Contractor will follow manufacturer's recommendation for PM, repairs, calibrations and modifications. VENDOR QUALIFICATION: To be eligible for consideration, vendors will have been engaged in maintaining servicing the equipment for a period of no less than two years. The contractor's representative must have received service training from the equipment manufacturer, specifically on the model listed, and be capable of presenting certification of such training. Responses: Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. Responses should include the following information: Business name, address, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to provide the full maintenance and repair service on equipment listed. Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Important information: The Government is not obligated to reimburse, nor will it pay, for any costs associated with responding to this sources sought synopsis request. 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. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811219 and the small business size standard is $19 Million. Any offeror capable of providing this service shall notify the Contracting Officer by email within 10 calendar days from the date of the publication of this Sources Sought Notice (i.e. no later than March 22, 2013). All information is to be submitted via e-mail to: william.mills4@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24313I0762/listing.html)
- Document(s)
- Attachment
- File Name: VA243-13-I-0762 VA243-13-I-0762.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=653993&FileName=VA243-13-I-0762-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=653993&FileName=VA243-13-I-0762-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-13-I-0762 VA243-13-I-0762.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=653993&FileName=VA243-13-I-0762-000.docx)
- Record
- SN03010006-W 20130314/130312235155-addf6d3f2b82bb15f9ff007b55d7a2e5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |