Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2022 SAM #7376
SPECIAL NOTICE

65 -- San Diego Package 405 - Patient Ceiling Lifts Notice of Intent to Sole Source NAICS Code Change

Notice Date
2/8/2022 1:37:42 PM
 
Notice Type
Special Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36C77622Q0161
 
Archive Date
05/18/2022
 
Point of Contact
Michelle Rhodes, Contracting Officer, Phone: NA, Fax: NA
 
E-Mail Address
michelle.rhodes@va.gov
(michelle.rhodes@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs Veterans Health Administration Program Contracting Activity Central (PCAC) February 8, 2022 SPECIAL NOTICE NOTICE OF INTENT TO SOLE SOURCE/NAICS CODE CHANGE San Diego Package 405 Ceiling Patient Lifts RFI eCMS ACTION NUMBER 36C77622Q161 The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) requires: Guldmann Ceiling Patient Lifts. Guldmann is a Small Business manufacturer whose products are primarily manufactured and assembled in the United States. The Program Contracting Activity Central (PCAC) intends to issue a sole source for the above Guldmann Ceiling Patient Lifts to the sole Service-Disabled Veteran-Owned Small Business (SDVOSB) authorized dealer as permitted by VA Acquisition Regulation (VAAR) 819.7007 (Sole source awards to a verified service-disabled veteran-owned small business). This procurement is being conducted in accordance with FAR 13.501(a) sole source (including brand name) acquisitions, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2. This notice of intent to is not a request for competitive quotes. No solicitation document is available and telephone requests will not be accepted. However, any responsible source who believes it is capable of meeting the requirements and complies with the Non-Manufacturer Rule*, may submit a response with manufacturer cut sheets, which may be considered by the agency, only if received by email by the closing date and time of this notice. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. This requirement will be subject to the requirements of the Buy American Statute (reference: FAR 25.101) and any response shall include the location(s) of manufacture for all items. *Non-Manufacturer Rule: The requirement that a Non-Manufacturer supply the product of a small business concern is referred to as the Non-Manufacturer Rule (NMR) [13 C.F.R. § 121.406]. In order to qualify as a small business concern for a small business set-aside, an offeror must either manufacture the item in accordance with the Limitations on Subcontracting (see FAR section 52.219-14, 52.219-27 and 13 C.F.R. § 125.6) or supply the product of a small business made in the United States. The NMR applies to all socioeconomic Small Business set-asides (SDVOSB, VOSB, WOSB, etc.) over the Simplified Acquisition Threshold (SAT). To set-aside a requirement for a Small Business (or other socioeconomic category), the vendor must provide the product of a small business manufacturer. If a manufacturer produces their product(s) outside of the United States, regardless of domestic presence, they will not satisfy the Nonmanufacturer Rule for award to a socioeconomic small business concern, as intended by this notice. This would violate the principle of a socioeconomic small business concern providing the product(s) of a small business concern, as small business concerns are those that are both located domestically and that manufacture their product(s) domestically. Any small business concern that produces their product(s) outside of the United States is considered an other-than-small-business (OTSB) response for this requirement. NAICS Code Change: Additionally, the NAICS code for this procurement has changed from 333923 [Overhead Traveling Crane, Hoist and Monorail System Manufacturing] with a Small Business Administration Size Standard of 1,250 Employees to 339112 [Surgical and Medical Instrument Manufacturing]. The Small Business Administration Size Standard for NAICS 339112 is 1,000 employees. Responses to this notice are due through email on or before Friday February 11, 2022 at 10:00 AM (Eastern) to this procurement s Contracting Officer Michelle Rhodes at michelle.rhodes@va.gov and Contract Specialist Aimee Maxel at aimee.maxel@va.gov. Contracting Office Address*: Department of Veterans Affairs Program Contracting Activity Central (PCAC) 6150 Oak Tree Blvd, Suite 300 Independence, OH 44131 *IMPORTANT NOTE!!! Due to COVID-19, the Contract Specialist is not physically working in the Contracting Office. Please be sure all communications directed to the CS are conducted through email to avoid any delay in the CS receiving information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9d074276e800413e97fb49cccab52589/view)
 
Record
SN06235808-F 20220210/220209211714 (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.