Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2024 SAM #8143
SOURCES SOUGHT

65 -- 603-24-2-025-0050 -Total Lift Bed- Rental- LOU

Notice Date
3/12/2024 1:23:13 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24924Q0213
 
Response Due
3/15/2024 1:00:00 PM
 
Archive Date
05/14/2024
 
Point of Contact
Daymeion Brantley, Contract Specialist, Phone: 615-225-6454
 
E-Mail Address
daymeion.brantley@va.gov
(daymeion.brantley@va.gov)
 
Awardee
null
 
Description
On behalf of the Louisville VA Health Care System, Network Contracting Office (NCO) 9 is issuing this sources sought notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support this Emergency requirement for a firm-fixed-priced contract for brand name or equal Arjo Total Lift Bed rental. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339112, Surgical and Medical Instrument Manufacturing. 1. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred. 2. If your organization has the potential capacity to perform these services, please provide the following information: a. Organization name, address, point of contact, email address, web site address, and telephone number. b. Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc. c. Business type under NAICS 339112, which contains a size standard of 1000 Employees, Commercial And Government Entity (CAGE) Code and Data Universal Numbering System (DUNS) Number. d. Under which NAICS code does your company usually provide the requirements described in this Sources Sought Notice, paragraph 11. Please provide rationale for your answer if different from NAICS 339112. e. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, and staff capability. f. Please provide the following information as an attachment to your response: i. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. ii. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. iii. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company. 3. Response to this SSN shall not exceed 10 pages and should include all of the foremost mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF). 4. The government will evaluate market information to ascertain potential market capacity to: a. Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. b. Implement a successful plan that includes: compliance with program schedules; cost containment; meeting and tracking performance. c. Provide services under a firm-fixed-price contract. 5. NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. 6. Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced. 7. Submission Instructions: All interested parties who consider themselves qualified to perform The services are invited to submit a response to this SSN by 15:00 CT, March 15, 2024. All responses under this SSN must be emailed to daymeion.brantley@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. 8. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. 9. Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. 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. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities (FBO). However, responses to this notice shall not be considered adequate responses to a solicitation. 10. 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). 11. Supplies/Services: Item Number Part Number Description QTY UoM Unit Price Item Discount Extended Price 0001 RENUS199 Total Bed Lift with Power Drive 168 Days $ - $ - $ - NOTE: All products priced to include shipping and freight. SKU RENUS199, or equal, to include: OEM installation (OEM parts, labor and travel), one-year OEM warranty for preventative maintenance and corrective maintenance not incurred by operator or facility error, 2 user manuals, OEM telephonic technical support, and in-service education, as needed. All interested party shall submit a capabilities statement and other documentation demonstrating clear and convincing capabilities to satisfy the requirement listed above to the Contract Specialist by email at Daymeion.brantley@va.gov no later than 15:00 CT on March 15, 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/206bc6c812c94d62a060726edf987d3b/view)
 
Place of Performance
Address: Department of Veterans Affairs Robley Rex Department of Veterans Affairs Medical 800 Zorn Ave, Louisville, KY 40206, USA
Zip Code: 40206
Country: USA
 
Record
SN06994536-F 20240314/240312230054 (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.