Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2010 FBO #3023
SOURCES SOUGHT

65 -- Cardiac Prosthetic Implantation Equipment Consignment IDIQ contract

Notice Date
3/3/2010
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA-241-10-RP-0215
 
Archive Date
4/2/2010
 
Point of Contact
James P KneelandContracting Specialist
 
E-Mail Address
Contracting Specialist
(james.kneeland@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a sources sought synopsis. The purpose of this synopsis is to gain knowledge of potential qualified sources relative to NACIS 423450. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published for an IDIQ Consignment contract with up to five (5) vendors for Cardiac Implantation Devices.. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The contractor will be required to supply Cardiac Prosthetic Implantation devices and supplies on a consignment basis to the Boston Healthcare System, 1400 VFW Parkway, West Roxbury, Ma 02132 As a result of the anticipated solicitation, the Government intends that approximately five (5) Fixed Price Indefinite-Delivery, Indefinite-Quantity, (IDIQ) Contracts with Consignment requirements will be awarded, providing sufficient qualified contractors present offers. Awards will be made to offerors whose proposals, responsive and conforming to the RFP, are determined to be most advantageous to the Government in terms of Technical, Price and other factors considered. The quantity of awards will be contingent upon the quality of bids received complying with the evaluation criteria and space limitations. It is anticipated that there will be no more than five (5) awards. Each of the resulting contracts will include a base period expiring 09/30/2010 and four one-year option periods. The maximum value of this contract in its entirety will not exceed $25 million over the life of the contract. The Minimum and Maximum values for a single Task Order are $5,000.00 and $5 million, respectively. The minimum guaranteed order for each contract is $5,000. The need for Cardiac Prosthetic Implant devices and accessories is immediate and it is not possible to predetermine which of several types or models are required (i.e., surgically implanted prostheses, etc.). Therefore, it is crucial to the safety of our veterans to have each type or model in house on a consignment basis. This will assure instant availability to the Veteran. The contractor shall provide a variety of Pacemakers, Pacemaker leads and accessories, ICDs (Internal Cardiac Defibrillators), Biventricular ICD leads and accessories and other prosthetic equipment. If you are interested, and are capable of providing the required equipment and services, please provide the requested information as indicated below. The intended contract period will be for a base year and four, one-year option periods, which is anticipated to begin on May 1, 2010. Response to this notice must include company name, address, DUNs number, point of contact, phone number, email address and size of business pursuant to the following questions: (1) Is your business small or large (2) If small, does your firm qualify as a small, emerging business, or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (4) Is your firm a certified "Hubzone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small Business, (7) Is your firm a Veteran Owned Small Business? Small businesses considering participation in this potential solicitation process under any Small Business Set-aside procedure must do so in a manner consistent with the requirements of the Small Business Act. Responses to this notice shall be e-mailed to James P. Kneeland, Contracting Officer, Department of Veterans Affairs, Boston Healthcare System at James.Kneeland@VA.Gov. Telephone responses will not be accepted. Responses must be received by email no later than 4:00 PM, March 12, 2010. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA-241-10-RP-0215/listing.html)
 
Record
SN02082339-W 20100305/100303235324-b952ad3695a6eb3acf553882e0404557 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.