SOURCES SOUGHT
J -- VISN 12 Medrad-Bayer CT Contrast Media Injector Maintenance
- Notice Date
- 12/4/2024 6:46:06 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25225Q0124
- Response Due
- 12/9/2024 8:00:00 AM
- Archive Date
- 03/09/2025
- Point of Contact
- Jessica Hansen, Contract Specialist, Phone: 4148444800
- E-Mail Address
-
jessica.hansen@va.gov
(jessica.hansen@va.gov)
- Awardee
- null
- Description
- Page 3 of 3 The Department of Veterans Affairs is issuing this Sources Sought Notice as a means of conducting market research to identify firms having an interest in and the resources to support a requirement for preventative (scheduled) and corrective (unscheduled) maintenance on Medrad-Bayer CT Contrast Media Injectors throughout VISN 12 (see Equipment List and Map). The result of this market research may contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811210 - Medical and surgical equipment repair and maintenance services. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. Tentative requirements: Furnish all labor, supervision, travel, materials, and equipment necessary to provide preventive maintenance (PM) and corrective (unscheduled) maintenance services on Medrad-Bayer CT Contrast Media Injectors at VISN 12 VA facilities including Tomah VAMC, Jesse Brown VAMC, Hines VAMC, Milwaukee VAMC, Green Bay VA HCC, Lovell FHCC, Danville VAMC, Madison VAMC, and Iron Mountain VAMC. Required capabilities include trained and certified technical personnel, licensure for use of OEM proprietary Stellant and Solaris calibration software, ability to obtain parts of current manufacture that meet OEM specifications, ability to obtain software and software updates (if needed), ability to meet 8 hour on-site emergency response time (next business day), ability to meet 97% operational uptime per system per quarter during period of performance, coverage hours from 8:00am-5:00pm local time. Interested parties shall submit a brief summary of their capabilities. This summary shall include the following: Company name, company address, company web site, company telephone number, company size and type of ownership, point of contact name, point of contact email address, point of contact telephone number. Proof vendor is licensed to use proprietary Stellant and Solaris calibration software. Proof all technical personnel are trained and certified to service each device on the Equipment List. Proof vendor can obtain parts. Proof vendor can obtain software and software updates, if needed. Proof vendor can meet 8-hour emergency response time. Proof vendor can meet 97% operational uptime. Proof vendor can utilize OEM s billable service, if using. Confirmation your company can meet the Limitations of Subcontracting should they apply (see below) 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. Based on the responses to this synopsis and other market research, this requirement may be set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) (limitation of subcontracting would apply), small businesses (limitations on subcontracting would apply) or procured through full and open competition. Limitations on Subcontracting 13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states: (a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Before any small or large business can be awarded a federal contract, a contracting officer (CO) must affirmatively determine that the firm is responsible to perform the specific contract it is otherwise in line to receive. If an apparent small business successful offeror is denied a contract award because it lacks certain elements of responsibility, the CO will refer the matter to the Small Business Administration. Once a CO s referral is received by the SBA s area office, the SBA will then inform the small business of the CO s determination and offer it the opportunity to apply to the SBA for a Certificate of Competency by a specific date. Burden of proof is on the small business to demonstrate that it meets specific COC eligibility criteria. After award, if a CO or other VA officials determine a review of limitations on subcontracting compliance is warranted based upon reasonable information of possible noncompliance, a request for review will be submitted to VA s Subcontracting Compliance Review Program. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 10:00 AM CST on December 9th, 2024. All responses under this Sources Sought Notice must be emailed to jessica.hansen@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Equipment List MANUFACTURER MODEL SERIAL NUMBER LOCATION Medrad-Bayer Mark 7 Arterion 300999 Chicago Medrad-Bayer Mark 7 Arterion 301108 Chicago Medrad-Bayer Mark 7 Arterion 3039424 Chicago Medrad-Bayer Spectris Solaris EP 200335 Chicago Medrad-Bayer Spectris Solaris EP 30026409 Chicago Medrad-Bayer Spectris Solaris EP MR 300999 Chicago Medrad-Bayer Stellant Flex 85501054123182 Danville Medrad-Bayer Stellant D 40676 Green Bay Medrad-Bayer Mark 7 Arterion 3025986 20938 Hines Medrad-Bayer Mark 7 Arterion 202237 Hines Medrad-Bayer Mark 7 Arterion 202236 Hines Medrad-Bayer Mark 7 Arterion 203087 Hines Medrad-Bayer Mark 7 Arterion 86410087 125868 Hines Medrad-Bayer Mark 7 Arterion 86410087 125809 Hines Medrad-Bayer MRXperion 100804 Hines Medrad-Bayer MRXperion 301608 Hines Medrad-Bayer MRXperion 301633 Hines Medrad-Bayer Stellant D 200561 Hines Medrad-Bayer Stellant Flex 85501054 100449 Hines Medrad-Bayer Stellant Flex 122090 Hines Medrad-Bayer Stellant Flex 122078 Hines Medrad-Bayer Stellant Flex 122084 Hines Medrad-Bayer Stellant Flex W3CT30000818 Hines Medrad-Bayer Mark 7 Arterion 201704 Iron Mountain Medrad-Bayer Stellant Dual 204192 Iron Mountain Medrad-Bayer Mark 7 Arterion 314259 Madison Medrad-Bayer Mark 7 Arterion 302314 Madison Medrad-Bayer MRXperion 204296 Madison Medrad-Bayer Spectris Solaris EP 101638 Madison Medrad-Bayer Stellant Flex 103888 Madison Medrad-Bayer Stellant Flex 103894 Madison Medrad-Bayer Stellant Flex 85501054-100888 Madison Medrad-Bayer Mark 7 Arterion 202971 Milwaukee Medrad-Bayer Mark 7 Arterion 115354 Milwaukee Medrad-Bayer MRXperion 313428 Milwaukee Medrad-Bayer Spectris Solaris EP 201353 Milwaukee Medrad-Bayer Stellant Dual 204958 Milwaukee Medrad-Bayer Stellant Flex 121181 Milwaukee Medrad-Bayer Stellant Flex 121178 Milwaukee Medrad-Bayer MRXperion 100469 North Chicago Medrad-Bayer Stellant Flex 314038 North Chicago Medrad-Bayer Stellant Flex 100437 North Chicago Medrad-Bayer Stellant Flex 100434 North Chicago Medrad-Bayer Mavig GD4007-ME 0220/25252 Tomah Medrad-Bayer Stellant D 303327 Tomah VISN 12 Map
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ef509b75f043495d884301008b421416/view)
- Place of Performance
- Address: Various Locations (VISN 12)
- Record
- SN07281765-F 20241206/241204230114 (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 |