SOURCES SOUGHT
J -- TCGRx Pharmacy Equipment Service Contract Must include software upgrades
- Notice Date
- 5/22/2025 10:30:51 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25625Q0945
- Response Due
- 5/28/2025 8:00:00 AM
- Archive Date
- 06/07/2025
- Point of Contact
- Andrew T Misfeldt, Contract Specialist, Phone: (479) 443-4301 ext 66194
- E-Mail Address
-
andrew.misfeldt@va.gov
(andrew.misfeldt@va.gov)
- Awardee
- null
- Description
- The Department of Veterans Affairs, Network Contracting Office 16, hereby provides notice of its intent to award a sole-source, firm-fixed price contract, for a base + 4 option years to Chudy Group LLC (SAM UEI NQGBJPMMJYE8), 106 Roche Drive Durham, North Carolina, 27703. The period of performance shall be a base year with 4 option years. The contract will provide a full service and maintenance agreement to properly maintain all TCGRx equipment at the Houston VAMC. NAICS Code: 339112 Surgical and Medical Instrument Manufacturing (SBA Size Standard 1,000). The contractor must fulfill the following requirements: 1. Provide unlimited onsite repair services. a. Provide all needed labor, travel, parts, tools, test equipment, materials, and software needed to complete repairs. b. Follow original equipment manufacturer (OEM) maintenance policies and procedures when performing and completing repairs. c. Complete functional verification and safety checks following repair completion. i. Perform and record the results of an electrical safety test if the applicable device receives electric input over a three-prong cable. ii. Follow OEM maintenance policies and procedures when perform functional verification and safety checks. iii. Repair services may only be conducted during normal business hours. This is between 8AM 6PM, Monday through Friday. 2. Furnish all needed repair parts, components, and accessories. a. Only use OEM approved parts, components, and accessories. 3. Provide and incur all shipping costs, materials, and labels associated with replacement part transport to and from the contractor facility and the VAMC. 4. Provide virtual/telephone technical support between the hours of 8AM and 11PM, Monday through Friday. 5. Respond to emergency calls within one hour. 6. Begin field service dispatch process within a maximum of four hours, if the issue cannot be remediated over the phone. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than May 28th, 2025, at 12:00 PM, Eastern Time (ET). A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. Interested vendors must provide an OEM letter showing they are an authorized OEM repair and service entity. Interested parties are encouraged to furnish information by email only with ""RESPONSE TO INTENT TO SOLE SOURCE 36C25625Q0945 TCGRx"" in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Specialist, Andrew.misfeldt@va.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/129304719f73442baa64a6d99ddcad3b/view)
- Place of Performance
- Address: Michael DeBakey VAMC 2002 Holcombe Blvd, Houston, TX 77030, USA
- Zip Code: 77030
- Country: USA
- Zip Code: 77030
- Record
- SN07454177-F 20250524/250522230100 (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 |