SOURCES SOUGHT
J -- BIO HOOD CONTRACT (VA-23-00008340) 589-23-1-5329-0006
- Notice Date
- 1/20/2023 4:57:17 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25523Q0133
- Response Due
- 1/25/2023 1:00:00 PM
- Archive Date
- 03/11/2023
- Point of Contact
- Buchanan, Lisa A, Contract Specialist, Phone: 913-946-1990
- E-Mail Address
-
lisa.buchanan1@va.gov
(lisa.buchanan1@va.gov)
- Awardee
- null
- Description
- This is not a Presolicitation or Solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain market knowledge of potential small business sources and their size classifications; HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, Service Disabled Veteran Owned Business relative to NAICS Code 811210, with a small business size standard not to exceed $34.0 Million. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions: 1) Is your business a small business under NAICS code 811210? 2) Does your firm qualify as a small disadvantaged business? 3) If disadvantaged specify if your firm is certified under Section 8(a) of the Small Business Act? 4) Are you a certified HUBZone firm? 5) Are you a woman-owned or operated business? 6) Are you a certified Service-Disabled Veteran Owned or Veteran Owned business? 7) Is your business a large business? Please provide a capability statement addressing your organization s ability to perform as a prime contractor the work described in the draft SOW (below). Index your firm s capabilities to the tasks in the draft SOW so that your firm s capabilities can be readily assessed. This is not request for proposal and in no way obligates the Government to award any contract. Please provide responses in writing no later than Wednesday, January 25, 2023 to: lisa.buchanan1@va.gov. Telephone responses will not be accepted. Responses to this sources sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. No solicitation is currently available at this time Section C - Description / Specifications -Biohoods 1. The contractor shall provide certification of the listed equipment to operating specifications according to the manufacturers' recommendations. Service shall be provided during business hours of 8:00AM - 4:30PM, Monday through Friday, excluding federal holidays. 2. The certification service shall be conducted on all listed equipment during the month required of the contract. This contract also includes annual testing of the hoods at all CBOCS except for the Kirksville location. Annual testing for CBOCS will be performed during the month of April each year. Scheduling for the certifications will be coordinated with the Facilities Management (FM) COR, Kyle Grant, 573-814-6000, extension 52475 or a designee. Service shall be scheduled a minimum of forty-eight (48) hours in advance with the COR. 3. All services for this contract must meet manufacturers' performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission on Accreditation of Healthcare Organizations (JCAHO), and VA Regulations. 4. The contractor shall ONLY respond to service calls placed from Facilities Management. Contractor shall not perform any service that will result in additional charges without prior approval from the VA Hospital Contracting Officer. 6. All contractor personnel must report to the FM Office to sign in before any work is performed on the premises of the HSTMVH, and to sign out after completion of assignment. The contractor must furnish a detailed field service report, or equivalent, showing work completed, listing all repairs and/or repair parts used to maintain operating efficiency of the equipment. This report must be delivered to the FM Office as the contractor signs out and leaves the facility. If service is completed after 4:30 pm, sign out and leave the report in the Engineering Control Center, room D019. Payment will be withheld pending receipt of this report. The service report from the contractor must contain, at a minimum, the following information: a. Date and time of the contractor s arrival on station. b. Type, model, and serial number(s) of all equipment on which maintenance was performed. c. Total time spent performing maintenance, excluding travel time. d. Detailed narrative description of the malfunction or PM action required. e. Complete list of parts replaced. f. Comments as to the cause of the malfunction when applicable. g. Date and time the repair or PM was completed. 7. There is a potential for exposure to bloodborne or other infectious material with equipment throughout the hospital. All maintenance persons must use the Universal Precautions (i.e. decontamination of medical equipment, wearing protective gloves, aprons, and goggles) during cleaning and maintenance/repair procedures required by this contract. 8. Payment will be made in arrears, upon receipt of a properly prepared invoice, referencing the equipment for which payment is due, contract number and/or purchase order number assigned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cbd55ad6c75842ffb440c885c87e3418/view)
- Place of Performance
- Address: Department of Veterans Affairs Harry s Truman Columbia VAMC 800 Hospital Drive, Columbia 65201
- Zip Code: 65201
- Zip Code: 65201
- Record
- SN06569770-F 20230122/230120230107 (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 |