DOCUMENT
J -- ****Request for Information**** Maintenance Agreement Sorin SRD/S5 Console Service/Maintenance Agreement-Sorin SRD S5 Console for 4 Pump Unit - Attachment
- Notice Date
- 8/14/2015
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Jack C. Montgomery VA Medical Center;ATTN: P&C, 90c;1011 Honor Heights Drive;Muskogee OK 74401-1318
- ZIP Code
- 74401-1318
- Solicitation Number
- VA25615N1013
- Response Due
- 8/18/2015
- Archive Date
- 10/17/2015
- Point of Contact
- Eric Tuck - Contract Specialist
- E-Mail Address
-
uck@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a SOURCES SOUGHT announcement ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does no obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought announcement 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 businesses. Responses to this notice shall include: A.Company Name B.Address C.Point of contact D.Phone, fax, and email E.DUNS number F.Cage Code G.Tax ID Number H.Socioeconomic Status: "Service Disabled Veteran Owned Small Business "Veteran Owned Small Business "8(a) HUB Zone "Women Owned Small Business "SBA Certified Small Disadvantaged Business "SBA Certified 8(a) "SBA Certified HUB-Zone "Small Business "Other than Small Business I.Must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below: 1.Performance Period: The contractor shall complete the work required under this SOW in 45 calendar days or less from date of award. 2.Type of Contract: Firm-Fixed-Price A.DELIVERABLES 1. Supply and install the following: Electric Operator for the Loading Dock Doors. -Double doors. -Must be Besam brand or technical equivalent -Besam SW200i Automatic Swing Door Operator, Includes A202 Full Safety -Sensor System Motion Sensors on both sides of door -One year warranty 2. Supply and install the following: -Electric Operator for the 2 E Operating Room inner doors. Doors must be Besam brand or Technical equivalent -One Besam SW200i Automatic Swing Door Operator. -Include A202 Full Safety Sensor System, reuse existing push plates. -One year warranty A scheduled walk-through will be organized. Place of Performance: The Veterans Health Administration of NY & NJ (VISN 3): Bronx, NY 10468 Notice to Potential Offerors: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This announcement 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. All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM) located on the web at www.sam.gov. It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to this announcement must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at https://www.vip.vetbiz.gov/. All interested Offerors should submit information by e-mail (preferred) to John.Redmond2@va.gov and include the RFQ (RFI) number, title of the project (Automatic Swing Doors Operator), and company name in the email subject heading. All responses are to be received NO LATER THAN Monday, August 17, 2015, 9AM EST. Please refrain from telephone communication.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MuVAMC623/MuVAMC623/VA25615N1013/listing.html)
- Document(s)
- Attachment
- File Name: VA256-15-N-1013 VA256-15-N-1013.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2254979&FileName=VA256-15-N-1013-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2254979&FileName=VA256-15-N-1013-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-15-N-1013 VA256-15-N-1013.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2254979&FileName=VA256-15-N-1013-000.docx)
- Place of Performance
- Address: Oklahoma City VAMC;921 NE 13th Street;Oklahoma City, OK 73104-4208
- Zip Code: 73104-4208
- Zip Code: 73104-4208
- Record
- SN03839119-W 20150816/150814234918-f2dc0b3e648fa5680332c1cff90b65e8 (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 |