SPECIAL NOTICE
39 -- Aethon ZenaRx Robot
- Notice Date
- 7/8/2025 2:05:12 PM
- Notice Type
- Special Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25625Q1157
- Response Due
- 7/11/2025 8:00:00 AM
- Archive Date
- 09/09/2025
- Point of Contact
- Rhonda Gibson, Contract Specialist, Phone: 254-213-8990
- E-Mail Address
-
rhonda.gibson2@va.gov
(rhonda.gibson2@va.gov)
- Awardee
- null
- Description
- NOTICE OF INTENT TO AWARD SOLE SOURCE I. The Network Contracting Office (NCO) 16, located at Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, TX 77030, intends to solicit and award a Sole Source, Firm-Fixed-Price to one Small Business (SB) source, St Engineering Aethon Inc. Located at 200 Business Center Dr, Pittsburgh, Pennsylvania 15205-1352. This will be for Central VA Alexandria, LA, 2495 Shreveport HWY, Pineville, LA 71360. St Engineering Aethon Inc. is the Original Equipment Manufacturer (OEM) for the government equipment (Aethon ZenaRx Autonomous Robot). The Contractor is required to provide the following products, brand name, including installation at the location outlined in this SOW. Product Description Quantity VA Annunciator Annunciator to provide workflow signals 2 VA Door Relay Door relay per door 2 VA Elevator Controller Interface control panel for single elevator 2 VA Elevator Final Hook Up Elevator company interface engineering, configuration, and installation. 2 VA Elevator Interface Elevator interface 2 VA Wireless 12 Months per Robot Priced annually 1 VA Zena-Rx Zena-Rx robot with biometric and pin code security access. Includes one set of batteries, shelves and compartment dividers. ZenaRx Robot Door # includes the following: Aethon OS SW License (1 per site), User Interface (1 per site) 1 VA Zena-RX Robot Maintenance & Support Monthly maintenance and support for the ZenaRx robot -Year 1 12 VA Implementation Facility Mapping Facility Mapping during Implementation services 1 VA Implementation Fee Base Installation services and consulting for up to 4 Aethon robots within VA Hospitals 1 II. The North American Industry Classification (NAICS) code for this acquisition is 339112, Custom Computer Programming Services. The size standard is 950 Employees. III. This purchase will be made under the authority of 41 U.S.C. ยง 1901 and is implemented in accordance with Federal Acquisition Regulation (FAR) 13.106-1(b)(2), for restricting competition since only one responsible source is available. IV. The estimated award date is Sept 15, 2025. V. Please note, this is not a request for competitive quotes/proposals and is being posted for informational purposes only. Telephone inquiries will not be accepted. If no responses are received, the Contracting Office will proceed with the sole source negotiation with. St Engineering Aethon Inc. Interested contractors shall provide the following information as an attachment to your response: 1. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or related NAICS codes. Contractors shall provide their points(s) of contact name, address, telephone number, and email address, and the company's business size, and SAM Unique Entity Identification Number. 2. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. Is your company considered small under the NAICS code: 339112? 3. 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 you are considering a Joint Venture and the ownership of each company. 4. Do you have an existing BPA s, GSA or VA, Federal Supply Schedule contract to procure the product being requested, please include the contract details in your response. 5. Do you (Contractor) manufacture the product itself or a distributor of the items being researched above? 6. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM). 7. Do you (Contractor) supply a product manufactured by another domestic small business, if it is a nonmanufacturer? 8. Do you (Contractor) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule? 9. Is your (Contractor) Buy American Certificate completed in SAM? Please provide evidence with a response. 10. Is your (Contractor) Trade Agreement Certificate completed in SAM? Please provide evidence with a response. 11. Information about the product being requested, is it manufactured outside the US-Domestic non-available? 12. Information about the product being requested, is it a foreign manufactured end product under the trade agreement? 13. What is your schedule of delivery after receipt of order for the product? VI. Interested parties shall identify their interests and capability in response to this notice within Ten calendar days of the publication of this notice. Any response to this notice shall show clear and convincing evidence that competition would be advantageous to the Government. VII. Questions regarding this notice should be sent to Contracting Specialist Rhonda Gibson no later than July 10, 2025, by 10:00am (CST) at rhond.gibson2@va.gov. Please fill out all questions.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b00e54390d4f4af6b9bc03f29b87469a/view)
- Record
- SN07501130-F 20250710/250708230048 (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 |