Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2024 SAM #8118
SOURCES SOUGHT

H -- Replacement for HTME 3rd Party Warranty Compliance Testing Services Contract

Notice Date
2/16/2024 9:44:07 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NAC HIGH TECH ORDERS (36A797) HINES IL 60141 USA
 
ZIP Code
60141
 
Solicitation Number
36A79724R0001
 
Response Due
3/1/2024 10:00:00 AM
 
Archive Date
03/31/2024
 
Point of Contact
Freddie.Beaulieux@va.gov, Freddie Beaulieux, Phone: 708-786-5240
 
E-Mail Address
freddie.beaulieux@va.gov
(freddie.beaulieux@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is not a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), and other Small Business (SB), which will assist the Government in determining the appropriate acquisition method. The Department of Veteran Affairs (VA) purchases High Tech Medical Equipment (HTME) from original equipment manufacturers (OEMs) and distributers. The equipment is then delivered and installed at VA Medical Centers (VAMCs). The equipment requires detailed inspection for Warranty verification. In order to determine if the equipment will function in accordance with OEM and VA specifications, tolerances, and requirements and to ensure that the equipment will operate within all Local, State or Federal guidelines, the equipment must be inspected by a Qualified Radiological Physicist. This solicitation and the resulting contract will provide the VA with a continuous source for Warranty inspection of the HTME modalities listed below. Computed Tomography (CT) Positron Emission Tomography/Computed Tomography (PET/CT) Positron Emission Tomography/Magnetic Resonance Imaging (PET/MRI) Single Photon Emission Computed Tomography/Computed Tomography; Magnetic (SPECT/CT) Single Photon Emission Computed Tomography (SPECT) Magnetic Resonance Imaging (MRI) Mammography (MAMMO) Fixed Radiographic System (RAD) Multiple types of Labs to include. Angiography Lab (Fixed C-Arm) Cardiac Cath Lab (Fixed C-Arm) Electrophysiology Lab (Fixed C-Arm) Interventional Lab (Fixed C-Arm) Vascular Lab (Fixed C-Arm) Portable Computed Tomography (PORT CT) Magnetic Resonance Imaging [Inside Vehicle/Trailer] (Mobile MRI) The National Acquisition Center (NAC) is soliciting businesses to provide Warranty inspection services in support of the NAC s High-Tech Medical Equipment (HTME) Ordering Division located in Hines, IL. The contractor will provide all necessary labor, supervision, materials, and equipment for Warranty inspection services by a Qualified Radiological Physicist at VAMCs within the United States, to include its inhabited territories and federal district. For the purpose of this contract, Contiguous United States (CONUS) means the 48 contiguous States and the District of Columbia. Outside Contiguous United States (OCONUS) is defined as States and territories that are not part of the continental United States such as Hawaii, Alaska, Guam, Puerto Rico, America Samoa, and U.S. Saipan. Upon request for Warranty inspection services, the contractor shall provide all labor, equipment, supervision, and other resources to inspect HTME newly installed at the specified VAMC. VA personnel will issue a Task Order against the resulting contract that will detail the type of equipment to be inspected, and the location where the equipment is to be inspected. The inspector shall coordinate the inspection with the facility in advance to ensure minimal disruption to the facility s workflow. The Inspector shall inspect the equipment to ensure that it meets the VA s General Specification and testing protocol requirements in addition to all OEM specifications or performance guidelines identified and all applicable Local, State, and Federal Government safety and performance requirements 21 CFR Chapter I, Subchapter J and the Diagnostic X-ray Performance Standards for Electronic Products. These regulations cover the manufacturing, importing, and installation of equipment that emits electronic product radiation to achieve its intended purpose or as a byproduct of meeting its intended purpose. Specific regulations under ""Diagnostic x-ray systems and their major components"" (21 CFR 1020.30), ""Radiographic equipment"" (21 CFR 1020.31), ""Fluoroscopic equipment"" (21 CFR 1020.32), and ""Computed tomography (CT) equipment"" (21 CFR 1020.33). The following NAICS Code, Product Service Code (PSC), and Small Business Size Standard have been identified for this requirement: 541380 Testing Laboratories H365 Inspection Services/Medical, Dental, and Veterinary Equipment Small Business Size Standard of $16.5 Million in average annual revenue. The NAC intends to award a contract for a period of five (5) years to commence on or after December of 2024 and end in December of 2029. Interested firms shall provide an overview of their firm s capabilities and experience with contracts similar in size and scope of this contract. Capability statements shall include: Organization Name and Assumed Name/dba (if applicable). Organization Address. DUNS number. Point of Contact (including name, title, addresses, telephone number, and Email address). Business size under NAICS code 541380. Socio-economic status (Provide CVE verification or VIP Profile). Company Experience in providing similar services, to include number of years and any examples of current contracts in place with government or commercial entities. Interested firms shall also provide the following information: Customer point of contact information for contracts listed in company experience along with a description of services provided under the contract (types of services provided, geographic service area covered etc.). Number of Qualified Radiological Physicists currently employed. Examples of Inspection Report templates currently used by your firm for the modalities listed in this source sought document. Examples of Quality Control Programs and Procedures currently utilized by your firm. GSA contract number (if a GSA contract holder); and Labor Category on your current GSA contract (if applicable) which best fits this requirement. (All information shall be submitted in Word or PDF format, not to exceed 15 pages, including all attachments.) All information must be received no later than March 1, 2024 at 12:00 Noon, Central Time. Email information to Freddie Beaulieux, Contracting Officer, at freddie.beaulieux@va.gov. The Government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or returned. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE A TIERED SET-ASIDE LIMITED TO SMALL BUSINESS. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7ddbf5ce2aa64267803cefd93f104a2d/view)
 
Place of Performance
Address: Government Medical Facilites Througout the United States and Outside the United States.
 
Record
SN06969442-F 20240218/240216230059 (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.