Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOURCES SOUGHT

Q -- Medical Injectors Preventive Maint

Notice Date
8/25/2008
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs, VA Northern California Health Care System, Department of Veterans Affairs No. California Health Care System System, VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98;McCllelan Business Park CA 95652
 
ZIP Code
95652
 
Solicitation Number
VA-261-08-RQ-0354
 
Response Due
8/29/2008
 
Archive Date
9/28/2008
 
Point of Contact
Candace RennContract Specialist<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a Sources Sought Notice only. No formal solicitation exists at this time and this is not to be construed as a commitment by the Government. No contract will be awarded as a result of this Sources Sought notice. The Department of Veterans Affairs is seeking information from qualified Service-Disabled Veteran-Owned Small Business concerns (SDVOSB) or Veteran Owned Small Business concerns (VOSB) which possess the capability and experience to perform annual preventive maintenance services for contrast medical injectors at the VA Sierra Pacific Network VISN 21 facilities located at Fresno, Palo Alto, Sacramento, Martinez and San Francisco. The contractor will be responsible for all labor, materials, equipment, transportation, and supervision (except for any Government-furnished supplies.) The company shall have experience in managing and performing a program of preventive maintenance inspection and calibration services for government-owned injectors. This experience must have been gained as a result of the company being regularly engaged in the business of providing preventive maintenance, inspection and calibration services for a variety of contrast injectors. The anticipated period of performance for this requirement is for a base year and four option years. The North American Industry Classification System (NAICS) Code is 811219 and the Small Business Size Standard is $6.5 Million. Respondents are requested to submit a short Capability Statement that clearly addresses the following requirements: (1) The Company has experience in managing and performing a program of providing preventive maintenance, inspection and calibration services for a variety of contrast injectors operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or operative conditions. Experience must have been gained as a result of the company being regularly engaged in the business of providing preventive maintenance, inspection and calibration services for a variety of contrast injectors to include calibration, testing, cleaning and lubrication in accordance with the manufacturers latest established service procedures. The Capability Statement must provide a summary of relevant experience and knowledge and also include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontract, brief description of services, Contracting Officer Representatives (COR) name, COR email address, COR telephone number, corporate information pertaining to the company name and address, corporate contact points, CAGE code, and a copy of the current Central Contractor Registration (CCR) data. The following information should also be included: Name and address of company; business size (large/small); whether or not firm is a Service-Disabled Veteran-Owned or Veteran Owned Small Business. The Government must be notified of pending changes in small business status. The capability statements will be evaluated to determine if at lest two SDVOSB or VOSB are capable of performing the proposed scope of work. Respondents will not be notified of the results. No reimbursement will be made for any cost associated with providing information in response to this solicitation. All responses must be submitted by email to the point of contact identified below; no other method of transmittal will be accepted. The Capability Statement and all other pertinent information, which demonstrate the firms ability to meet the above listed requirements, shall be submitted in writing no later than 4PM on Aug 29, 2008, to Candace.Renn@va.gov. Contracting Office Address: Department of Veterans Affairs, VA Sierra Pacific Network (VISN21), 5342 Dudley Blvd, CCA Bldg 209, McClellan Park, CA 95652. Point of Contact(s): Candace.Renn@va.gov ; Phone (916)923-4509 Posted date: Aug 25, 2008 Responses due: Aug 29, 2008
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=366439cfda814410e89edd22f75affe9&tab=core&_cview=1)
 
Record
SN01649886-W 20080827/080825221329-366439cfda814410e89edd22f75affe9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.