Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2020 SAM #6618
SOURCES SOUGHT

W -- Mobile MRI Trailer Rental (no personnel)

Notice Date
1/10/2020 11:10:16 AM
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26020Q0104
 
Response Due
1/17/2020 8:59:59 PM
 
Archive Date
02/16/2020
 
Point of Contact
karen.rhodes@va.gov
 
E-Mail Address
karen.rhodes@va.gov
(karen.rhodes@va.gov)
 
Awardee
null
 
Description
This is a SOURCE SOUGHT NOTICE in support of the Walla Walla VA Medical Center in Walla Walla, WA for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Karen.Rhodes@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by Friday, January 17, 2020 at 0800. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 532490 Other Commercial and Industrial Machinery and Equipment Rental and Leasing. The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $35.0 Million. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information is needed to submit accurate offers? 4) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at beta.sam.gov. DESCRIPTION OF THE REQUIREMENT: This draft statement of work is to lease a Mobile MRI and trailer. This endeavor is not planned to be a long term solution, but an interim solution while the permanent MRI is being installed. The Mobile MRI and trailer will need to have coordinated effort for delivery/installation with the current construction contractor as the construction contractor will be preparing the site for the leased equipment. The MRI contractor will provide all preventive maintenance and corrective maintenance during performance of the lease. The anticipated manufacturer of the MRI is requested to be GE and current/up to date with OEM specifications as this is a short-term lease and would be ineffective to train VA personnel in another manufacturer s platform. The MRI trailer must have a hydraulic lift capable of fitting 86 x 34 stretcher and personnel, the injector is a dual head MEDRAD SPECTRA SOLARIS EP, Appropriate and secure railing for lift system, MRI compatible patient stretcher, Head, Spine, Abdomen, Knee, Foot/Ankle and G-Flex coils, MRI safe Patient padding, Dual head MRI injector, minimum of sets of keys to gain access to the trailer (Day staff, Evening Staff, Administration, VA Police/BioMed, CAT 6 Connectivity. The draft period of performance is for one three month base period with an optional three month option depending on construction progress. It is not anticipated the period of performance would be longer than one year. If your firm is interested and capable, please send the capability statement, outlined above, to Karen.Rhodes@va.gov by 0800 on Friday, January 17, 2020. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d5749187419840618778971e4a42d747/view)
 
Place of Performance
Address: Walla Walla VAMC
 
Record
SN05532215-F 20200112/200110230130 (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.