SOURCES SOUGHT
J -- Philips Imaging Equipment Maintenance Non-Personal Service
- Notice Date
- 3/28/2024 1:47:55 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- W40M USA HCA JBSA FT SAM HOUSTON TX 78234-4504 USA
- ZIP Code
- 78234-4504
- Solicitation Number
- PANHCA2540
- Response Due
- 4/4/2024 12:00:00 PM
- Archive Date
- 04/19/2024
- Point of Contact
- Tracy Adams, Chris Finkenstadt
- E-Mail Address
-
tracy.c.adams.civ@health.mil, john.c.finkenstadt2.civ@health.mil
(tracy.c.adams.civ@health.mil, john.c.finkenstadt2.civ@health.mil)
- Description
- Notice Type:� Sources Sought for Market Research Purposes Only and Synopsis. Synopsis: The purpose of this sources sought notice is to determine if responsible small or large business sources exist capable of fulfilling the needs identified in this effort, for market research purposes only.� The proposed North American Industry Classification System (NAICS) Code is 811210 with a corresponding NAICS Size Standard of $34,000,000.00.� The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a) Program, Service-Disabled Veteran-Owned Small Business (SDVOB) Procurement Program, HUBZone Program, and Women-Owned Small Business (WOSB) Program concerns IAW FAR 19.203. The Medical Readiness Contracting Office � West (MRCO-West), Fort Sam Houston, Texas, is issuing this Sources Sought notice to find potential sources to provide non-personal maintenance services for government-owned Philips MRI Ingenia 1.5T scanner, contrast injector, and uninterruptable power supply; Veradius mobile c-arm; and EasyDiagnost Eleva DRF Radiography/Fluoroscopy System, at Weed Army Community Hospital(WACH) as identified in paragraph 3.1 of the Draft Performance Work Statement (PWS), to include all labor, parts, material, and travel, to calibrate and/or repair the equipment in a fully functional condition in accordance with manufacturer specifications. Parts being replaced for accidental damage, customer abuse or consumables (including but not limited to batteries) are not covered under this requirement. Information concerning the systems to be serviced is furnished from the best available sources.� However, this shall not relieve the Contractor of the requirement to visit the location of the system(s) listed and to be thoroughly familiarized with all components associated with the item(s) and conditions under which the work is to be performed. The Period of Performance will consist of (12) months with the FAR Clause 52.217-8 not to exceed six additional months if needed. Period of Performance will be anticipated to be 01 July 2024 to 30 June 2025. The Government will use responses to this notice in formulating its acquisition strategy.� Based on the responses to this sources sought notice and synopsis, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition.� All small business set-aside categories will be considered.� Telephone inquiries will not be accepted, and no feedback or evaluations will be provided to companies regardless of submissions. THIS IS NOT A REQUEST FOR QUOTE (RFQ) TO BE SUBMITTED.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS NOR QUOTES AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND: This requirement is expected to result in the award of a single Firm-Fixed Price contract, as a stand-alone Purchase Order. The anticipated period of performance is one year, including the FAR Clause 52.217-8, not to exceed six (6) months.� This is a follow-on requirement to the previous contract no. W81K00-23-P-0014. REQUIRED CAPABILITIES: The Government requires interested contractors be able to meet the requirements stated in the attached draft Performance Work Statement (PWS). ELIGIBILITY: The applicable North American Industry Classification System (NAICS) Code is 811210, Electronic and Precision Equipment Repair and Maintenance. The Product Service Code (PSC) is J065.� The Small Business Size Standard is $34,000,000.00. SUBMISSION DETAILS: The Government will not review general capability statements, please ensure submissions are tailored to this requirement and information requested in the attached draft Performance Work Statement.� The Government requests Capabilities Statements be submitted electronically in PDF or MS Word format.� Responses shall not exceed ten (10) pages single-sided - standard 8 � X 11 pages using not less than 10-pitch font -- and shall describe the contractor�s technical expertise in sufficient detail to make an informed determination of the contractor�s ability to successfully provide the products/systems listed in the draft Performance Work Statement. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Tracy Adams, at email: tracy.c.adams.civ@health.mil in either Microsoft Word, PDF and/or Microsoft Excel format by 04 April 2024, 2:00 pm Central Standard Time (CST).� Information and materials submitted in response to this request WILL NOT be returned.� DO NOT SUBMIT CLASSIFIED MATERIAL. All questions MUST be in writing and should also be directed to Contract Specialist at the email indicated above.� In all correspondence, please reference �Phillips Imaging Equipment Maintenance Services � Fort Irwin, CA� in the subject line.� Verbal questions will not be accepted. Interested Contractors are asked to answer the following questions and submit the following information with their capability statement: Contractor responses should include: 1.� Name of the firm, point of contact, phone number, email address, Unique Entity ID, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2.� The NAICS code contemplated for this requirement is 811210 with a size standard of $34,000,000.00 per the standard described in Federal Acquisition Regulation (FAR) Part 19.102 (FAR available at www.acquisition.gov).� In your opinion, does this NAICS code fit this requirement?� If not, which NAICS code would you suggest and why? 3.� Recommended proposal schedule (Contract Line item) and invoicing terms. 4.� Submit no later than 2:00 P.M. CST, 04 April 2024. Contracting Office Address: Medical Readiness Contracting Office-West (MRCO-W), 3160 McIndoe Road, JBSA Fort Sam Houston, Texas, 78234 Place of Performance: WEED Army Community Hospital (WACH), Fort Irwin, California, 92310-5109 (See attached draft Performance Work Statement) Attachment:� Draft Performance Work Statement (PWS)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d0e5522ba1c34fca9b75f4790b25daf0/view)
- Place of Performance
- Address: Fort Irwin, CA 92310, USA
- Zip Code: 92310
- Country: USA
- Zip Code: 92310
- Record
- SN07013318-F 20240330/240328230049 (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 |