SOURCES SOUGHT
65 -- Supermax Electrometer or Equal
- Notice Date
- 4/29/2025 8:41:29 AM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24425Q0625
- Response Due
- 5/9/2025 10:00:00 AM
- Archive Date
- 06/08/2025
- Point of Contact
- McDaniel Brayboy III, Contract Specialist, Phone: 916-841-7834
- E-Mail Address
-
mcdaniel.brayboy@va.gov
(mcdaniel.brayboy@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY. This Sources Sought Notice is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing Supermax Electrometer or Equal. The meter will be delivered to the Pittsburgh VA Medical Center, located in Pittsburgh, PA 15215. VA Pittsburgh Healthcare System (VAPHS) STATEMENT OF NEED AND GENERAL SPECIFICATIONS FOR Electrometer Background The VA Pittsburgh Healthcare System (VAPHS) Radiation Therapy is requesting Brand Name or Equal (one) Standard Imaging Supermax Electrometer, (one) calibration electrometer, eight scales, and (one) Supermax carrying case for electrometer. Scope of Work The VA Pittsburgh Healthcare System (VAPHS) has a request for the Standard Imaging Supermax Electrometer or equal. The Electrometer has two independent measurement channels, (for use in a variety of applications including ratio measurements), a built-in detector library (eliminates the need to have a PC or to apply system factor and calibration/pressure corrections), easy to use interface (color display with touchscreen), and W1 scintillator integration for the Imaging staff to complete patient care in the Radiation Department. Salient Characteristics: Must have color touchscreen display Must have on screen keypad Must have built-in detector library Must be able to store over 100 detectors and calibrations. Must have trigger, times, or continuous collection modes Must have two independent measurement channels. Control over range, bias voltage, and applied system factor. Must have rate mode low range of .001pA 500.0 pA Must have rate mode high range of .001nA 500.0 nA Must include at least 1-year warranty Delivery Location Delivery should be coordinated with the COR/POC of the contract prior to shipping of any equipment. UD Delivery VA Pittsburgh Healthcare System University Drive C Pittsburgh PA 15240 Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR once a ship date is established. The COR, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR. Failure the coordinate shipment with COR, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number. Security Requirements: The C&A requirements do not apply, and that a Security Accreditation Package is not required. Contractor will not come on-site for any installation, or training. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing. The Small Business Size Standard for this NAICS code is 1,250 employees. Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Small Business (SB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this notice? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? Is the product you are providing information about made by a small business manufacturer or a large business? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your Unique Entity ID. This Sources Sought Notice will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to mcdaniel.brayboy@va.gov no later than, 1:00 PM Eastern Standard Time (EST) on May 09, 2025. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, McDaniel Brayboy III. All firms responding to this Sources Sought Notice are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities website for all qualified interested parties at a later date, and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Source Sought Notice. Information will only be accepted in writing by e-mail to Contract Specialist, McDaniel Brayboy III at mcdaniel.brayboy@va.gov DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/04ddc990e6124761ad37a158c42ad804/view)
- Place of Performance
- Address: Pittsburgh VAMC University Drive C, Pittsburgh 15240
- Zip Code: 15240
- Zip Code: 15240
- Record
- SN07425459-F 20250501/250429230057 (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 |