SOURCES SOUGHT
65 -- Atlantic County Clinic Activation - Eye Lane (2) Brand Name or Equal to
- Notice Date
- 6/18/2025 10:37:12 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24425Q0732
- Response Due
- 6/24/2025 1:00:00 PM
- Archive Date
- 07/04/2025
- Point of Contact
- Andrew Taylor, Contracting Officer, Phone: 724-679-2327
- E-Mail Address
-
andrew.taylor3@va.gov
(andrew.taylor3@va.gov)
- Awardee
- null
- Description
- 1 THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) 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 Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this source sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. Statement of Work Project Title Atlantic County VA Clinic - Eye Lane Equipment (2) FY 2025 Procurement Type Brand Name or equal Background With the activation of the new Atlantic County VA Clinic in Linwood, NJ, two (2) Eye Lanes are needed for the eye exam rooms. The building has a tentative opening of August 2025; with an equipment delivery date of June 18th and June 24th of 2025 for all items. This equipment is required to allow the Eye Clinic to meet the current clinical needs of their patients. Scope The Wilmington VA Medical Center (WVAMC) is seeking a firm fixed price to purchase, deliver, install, and train the clinical end users on the use of the eye lane equipment. The project includes equipment procurement, delivery, installation, and training. Salient Characteristics Item # Description/Part Number* Qty 1 Reliance FX-920-L Exam Chair (#20 Pearl) - Add Upholstery (Black/Onyx) 2 2 Reliance FX-920 Cushion Set, #206 Charcoal 2 3 Reliance 7900-IC Instrument Stand with Instrument Wells and Wheelchair Modification (#20 Pearl) 2 4 Reliance 5346 Pneumatic Stool, #206 Charcoal 2 5 Haag-Streit BQ 900 LED Slit Lamp (Unit Model) 1 6 Haag-Streit BP/BQ/BX Applanation Tonometer (Alcohol on Prism VOIDS Warranty) 1 7 Marco CP-9 Auto Chart Projector 2 8 Wall Mount for Marco CP-9/CP-600/670/690/770 2 9 Marco RT-700 Illuminated Manual Refractor (-cyl, Black) 1 10 Keeler Vantage Plus LED Wireless Indirect with Slimline Charging System 1 11 Welch Allyn 11720 3.5v Coaxial Ophthalmoscope with 04900-LED 2 12 Welch Allyn 41100 3.5v Halogen Finnoff Transilluminator 2 13 Welch Allyn 18245 Elite Streak Retinoscope 2 14 Welch Allyn 71670 3.5v NiCad Well Handle 2 15 Full Diameter Trial Lens Set with Plus and Minus Cylinders, Tray and Case 2 Exam Lane Installation (2) Brand name or equal procurement of vendor provided installation and training services to include parts and labor for the above eye lane equipment at Wilmington VA Medical Center (WVAMC) Atlantic County VA Clinic. Vendor requires no access to sensitive data during this service event and will be escorted by the Space and Activations Coordinator while on-site. On-site Training The contractor providing the equipment will be responsible for training staff/users. The contractor prior to and at the time of setup shall provide staff education at the Atlantic County VA Clinic. A system technology and services education professional shall administer the training. Education curriculum must include the following: A. Operations and set-up B. User maintenance C. User troubleshooting tips Period of Performance The overall period for performance for the project will be negotiated with the contractor. Unless otherwise noted, work shall be performed during normal business days at the Atlantic County VA Clinic, which is comprised of Monday through Friday each week (except federal holidays) between 8:00 a.m. and 4:30 p.m. local standard time. Targeted project completion dates are in the range of June 18th and June 24th of 2025. Place of Performance Unless otherwise noted, the contractor shall deliver the items to the facilities at the Atlantic County VA Clinic (1201 New Road, Linwood, NJ 08221). In the event that the Atlantic County VA Clinic is not ready for occupancies, delivery will then be held by the Vendor until occupancy is available. ATLANTIC COUNTY - VA CLINIC 1201 New Road Linwood, NJ 08221 Delivery/Setup The contractor shall coordinate delivery, setup, and training with the on-site Point of Contacts REQUEST FOR INFORMATION INSTRUCTIONS: The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112 (size standard of 1000 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), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the Non-Manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? 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? Must have an authorized distributor letter from the original equipment manufacture. 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 in regard to the salient characteristics detailed above and any information pertaining to equal to items 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 UEI number. This RFI 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 andrew.taylor@va.gov no later than, 12:00 PM Eastern Time (ET) on June 24, 2024. 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 Contracting Specialist, Andrew Taylor. Questions or responses will include the Source Sought number 36C24524Q0732 in the subject line. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site 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 Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at andrew.taylor3@va.gov include 36C24425Q0732 in the subject line. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI 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 RFI. End of Document
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ef63b4593032460e9adc3b0a75b5998f/view)
- Place of Performance
- Address: VA Wilmington Healthcare 1601 Kirkwood Hwy, Wilmington, DE 19805, USA
- Zip Code: 19805
- Country: USA
- Zip Code: 19805
- Record
- SN07483353-F 20250620/250618230340 (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 |