Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SPECIAL NOTICE

J -- NOTICE OF INTENT TO SOLE SOURCE PREVENTATIVE MAINTENANCE SERVICE FOR COMPACTOR STERILIZER TO SAN-I-PAK PACIFIC INC Michael E. DeBakey VAMC Houston TX

Notice Date
4/17/2025 9:45:31 AM
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25625Q0784
 
Response Due
4/22/2025 2:00:00 PM
 
Archive Date
05/01/2025
 
Point of Contact
Jeneice Matthews, Contract Specialist, Phone: 713-791-1414
 
E-Mail Address
jeneice.matthews@va.gov
(jeneice.matthews@va.gov)
 
Awardee
null
 
Description
This is a Special Notice as a Pre-Intent to Sole Source / request for information (RFI) only. The responses to this posting will be used to establish the procurement strategy for example, set-aside, sole source, unrestricted for a solicitation that VA intends to post in the near future. Please review the attached document(s) for more details on this requirement. See attached file(s): 36C25625Q0784 Special Notice/ RFI, Performance Work Statement NO SOLICITATION EXISTS AT THIS TIME. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Interested parties are encouraged to furnish information by email only with RESPONSE TO INTENT TO SOLE SOURCE 36C25625Q0784 Preventative Maintenance (PM) for Compactor Sterilizer in the subject line. The Department of Veteran Affairs (VA), Veterans Health Administration, Network Contracting Office 16, Houston, Texas 77030, intends to negotiate and award a sole source, single, firm-fixed price contract to SAN-I-PAK PACIFIC, INC. for PM of government owned Compactor Sterilizer equipment at the Michael E. DeBakey VA Medical Center (VAMC) located in Houston, Texas for a base of one (1) year with four (4) additional, 1 year options to be exercised at the government discretion in accordance with 41 U.S.C. ยง3304(a)(1) as implemented by Federal Acquisition Regulation (FAR) Part 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements . This Special Notice is published in accordance with FAR Part 5.101(a)(1) requiring the dissemination of information regarding proposed contract actions. This is not a request for competitive offers and no solicitation is available. Market research has determined that the highly specialized equipment/service for the acquisition is essential to the Government s requirements, are available from the only source capable without an unacceptable delay or duplication of cost and no other type of service will satisfy agency requirements. The Government intends to award the contract with an anticipated date of 1 June 2025 to SAN-I-PAK PACIFIC, INC. 23535 S BIRD RD, TRACY, CA 95304-9339 UEI: NLKLGBDKXUE8. The intended procurement will be classified under North America Industry Classification System (NAICS) 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a small business size standard of $12,500,000.00. Tentative Period of performance: 06/01/2025 05/31/2030 Basic description of the requirement: The Contractor shall provide all labor, parts/supplies, equipment, tools, materials, transportation/travel, trained personnel, and management for non-personal services to furnish Preventative Maintenance (PM) for Compactor Sterilizer at the Michael E. DeBakey VAMC in Houston, TX. THIS NOTICE OF INTENT IS NOT A SOLICITATION OR REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than the date/time indicated below. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The VA will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be considered. As a result of analyzing responses to this notice of intent, the government will determine if a solicitation be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. RFI responses are due by 4:00p.m. Central Time on April 22, 2025; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word or Adobe Acrobat format and virus checked prior to submission via email to Jeneice Matthews, Contracting Officer jeneice.matthews@va.gov. All documents submitted, will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements to Jeneice Matthews, jeneice.matthews@va.gov. Capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support the requirement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2ec360d4e2d14871bea9bfeecd4e714e/view)
 
Record
SN07412255-F 20250419/250417230043 (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.