Skip to main content

An official website of the United States government

You have 2 new alerts

J065--Audiology Service Plan

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Sep 16, 2024 02:35 pm CDT
  • Original Response Date: Sep 19, 2024 09:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 18, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    ,

Description

Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. 1. Title: __ Preventative and Corrective Maintenance on Audiology Equipment___________________ 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following: Services needed under this effort are described below: The service plan/agreement being sought includes but is not limited to the following: parts needed for service, software upgrades, and on-site corrective and preventative maintenance services. Services must ONLY be performed by manufacturer trained technicians, who have evidence of current factory training on the specific device being serviced. Must provide evidence of equipment standards and traceability and final device performance testing that follows and complies with all manufacturer s procedural requirements. Must guarantee that safety inspections performed will comply with all applicable federal, state, and regulatory requirements, manufacturer standards, and meet FDA alerts and recall requirements. Each technician must be certified on the device prior to performing any service and/or maintenance on manufactured equipment. Must provide evidence of recent attendance and successful completion of the Manufacturer Factory Training Seminars for each product serviced. Must guarantee execution of all Manufacturer Service Recommendations during each service incident, including the use of ONLY manufacturer planned maintenance and repair parts. (Note: Failure to utilize original manufacturer parts may result in the improper operation of the equipment.) The vendor must keep equipment functioning at a 95% uptime rate. The vendor must perform preventative maintenance that adheres to the original equipment manufacturer schedules. Manufacturer: Model: Audioscan VERIFIT Bio-Logics Products Inc RS-255 Bio-Logics Products Inc RS-255 e3 Diagnostics AIR FX 110V e3 Diagnostics VERIFIT GN Otometrics North America AURICAL VISIBLE SPEECH Grason-Stadler AUDIOSTAR PRO Grason-Stadler AUDIOSTAR PRO Grason-Stadler AUDIOSTAR PRO Grason-Stadler GSI 17 Interacoustics USA TITAN Interacoustics USA TITAN Med Assoc Inc VERIFIT Med Assoc Inc VERIFIT Natus Medical Inc NAVIGATOR PRO The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code _811210_ is __$34M__. 3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice a. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ b. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite ___ 811210______ NAICS code? Please provide proof of qualifications. c. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 4. Opportunity/Market Pricing: The MEDVAMC is seeking information from potential vendors on their ability to provide the required service. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. 5. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 9:00am (CST), September 19, 2024, via email to lakeisha.white@va.gov. RFI responses are due by 9:00am (CST), Thursday, September 19, 2024; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to lakeisha.white@va.gov The subject line shall read: Audiology Service Plan. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as Market Research and will not be released outside of the MEDVAMC Purchasing and Contract Team. 7. Contact Information: Lakeisha White Lakeisha.white@va.gov Your response to this notice is greatly appreciated!

Contact Information

Contracting Office Address

  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Nov 18, 2024 10:55 pm CSTSources Sought (Original)