SOURCES SOUGHT
41 -- Room Pressure Monitors
- Notice Date
- 4/17/2024 9:17:38 AM
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24824Q0892
- Response Due
- 4/24/2024 10:00:00 AM
- Archive Date
- 06/23/2024
- Point of Contact
- Janice Fornaro, Contract Specialist, Phone: 727-398-9335
- E-Mail Address
-
janice.fornaro@va.gov
(janice.fornaro@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), NCO 08- is conducting a market research survey to identify potential qualified sources capable of providing BRAND NAME ONLY for Setra Systems, Inc. s, Room Pressure Monitors to be delivered to 10,000 Bay Pines Blvd, Bay Pines, Florida 33744, Warehouse Building 110. Responses are due by 1:00 p.m. Eastern Standard Time (EST) on Wednesday, April 24, 2024. Brand Name Description: Setra Systems, Inc. Room Pressure Monitors Draft Salient Characteristics: Room Pressure Monitors (RPM) ***Brand Name Only*** Brand Name is Setra Systems, Inc. Supply seventeen (17) Room Pressure Monitors for Building #23, Research area. Room pressure monitors are used in critical spaces where contamination must be avoided. Critical spaces include hospital rooms, isolation rooms, operating rooms, cleanrooms, pharmaceutical manufacturing areas, vivarium s, and data centers. Manufacturer: Setra Systems, Inc. Manufacturers Part Number: AMP205-ENG-BAC Required Specification for Building 23 room pressure monitors (must match): LCD Readout display Sterile processing Sterile storage USP 800 compliance Laundry Isolation Rooms (AII) Protective Patient Rooms Endoscopy Bronchoscopy Critical & Non-Critical ASHRAE-170 Spaces Sole Source Justification: DEPARTMENT OF VETERANS AFFAIRS Justification for Single Source Awards IAW FAR 13.106-1 For Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K) Acquisition Plan Action ID: _____ 36C248-24-AP-3335____ Contracting Activity: Department of Veterans Affairs, VISN 08, Bay Pines VA Medical Center Transaction: 516-24-3-5105-0801. Brief Description of Supplies/ Services required and the intended use/Estimated Amount: The contractor will provide seventeen (17) room pressure monitors (AMP205-ENG-BAC) for building #23 continuous monitoring of cleanrooms, hospital rooms, and operating rooms; reducing the chance of contamination. The pressure monitors are manufactured by Setra Systems, Inc. and are American made. Estimated cost of this action is $__________. Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: This request is for sole source/brand name equipment, only, as the monitoring system we use for our facility is proprietary to Johnson Controls Building Automation System (METASYS). The monitors being supplied are compatible and interface with already existing Setra Phoenix Control System. No other monitors will interface with the already existing system. Description of market research conducted and results or statement why it was not conducted: A search of GSA/FSS under room pressure monitors and pressure monitors revealed no results. These pressure monitors are not available from any mandatory sources such as the VA National Acquisition Center (NAC), VA Strategic Acquisition Center (SAC) or the Department of Defense s Electric Catalog (ECAT). Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. ____________________________ Name: Janice Fornaro Title: Contracting Officer RESPONSES MUST INCLUDE THE FOLLOWING INFORMATION: - Company Name, Address, Size Standard, UEI#, Cage Code - Contract number (if applicable) - Place of Manufacturing/ Country of Origin - Point of Contact name, phone number, and email address - If not the manufacturer, an authorized distributorship letter from the manufacturer If you are a service-disabled veteran-owned small business (SDVOSB) or a veteran-owned small business (VOSB), you must be able to comply with the Limitations on Subcontracting FAR 52.219-76 and In accordance with VAAR 819.7003(d), an eligible SDVOSB/VOSB must meet the SBA requirements at 13 Code of Federal Regulations (CFR) parts 121 and 125, including the nonmanufacturer rule requirements at 13 CFR 121.406(b) and limitations on subcontracting at 13 CFR 125.6. The nonmanufacturer rule (see 13 CFR 121.406) and the limitations on subcontracting requirements apply to all SDVOSB and VOSB set-aside and sole source contracts above the micro- purchase threshold. An offeror shall submit a certification of compliance to be considered eligible for any award under this part (see 819.7004). If SDVOSB/VOSBs are found providing Large Business manufactured goods, then this requirement cannot be set aside using the Vets First Program. Responses are due by 1:00 p.m. Eastern Standard Time (EST) on Wednesday, April 24, 2024. No submissions will be accepted after this date and time. This is a Sources Sought Notice and submissions will be used for informational and planning purposes only. Respondents are solely responsible for all expenses associated with responding to this Request for Information (RFI). Disclaimer and Important Notes: This Sources Sought 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. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought 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 and or supply products. 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. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7377376272004dc0807d1d7fe4fa98a4/view)
- Place of Performance
- Address: C.W. Bill Young VA Healthcare System 10,000 Bay Pines Boulevard, Bay Pines, FL 33744, USA
- Zip Code: 33744
- Country: USA
- Zip Code: 33744
- Record
- SN07034291-F 20240419/240417230105 (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 |