Skip to main content

An official website of the United States government

You have 2 new alerts

6515--Tissue Tex Embedding Console System

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: Jul 02, 2024 03:04 pm EDT
  • Original Response Date: Jul 09, 2024 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 24, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Herschel Woody Williams VA Medical Center Hintington , WV 25704
    USA

Description

Sources Sought Note: This is not a solicitation but rather a Request for Information (RFI/Sources Sought) for market research purposes only. Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this Sources Sought in order to identify capable firms and obtain information for planning purposes only. Responses must be submitted by 10:00 AM EST, July 9th, 2024. Submit responses to this Sources Sought via email to james.ferro@va.gov All SDVOSB and VOSB firms that respond shall include proof of CVE certification via www.vip.vetbiz.gov. All small business firms that respond shall include proof of small business status via their Representations and Certifications in accordance with (FAR 4.1102 Policy). While SDVOSB/VOSB firms are preferred, all capable firms are welcome to respond to this Sources Sought. All respondents to this Sources Sought shall include as part of their response answers to the below questions and provide any additional pertinent information that supports the answers. If there are any ambiguities in this Sources Sought, please identify them in your response. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., socioeconomic set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses. Suggested NAICS: 334516 Analytical Laboratory Instrument Manufacturing Suggested PSC: 6515 Medical and Surgical Instruments, Equipment, and Supplies Open to suggestions from the market as to a more proper NAICS and/or PSC, as well as any potential GSA/FSS Schedule SIN categories. If you are interested, please e-mail the following information: Company Name. Person of Contact (including telephone number and email address). Socio-economic status (SDVOSB, VOSB, Woman-Owned, Other etc.). Authorized Distributor Letter on company letter head. Do you currently hold a government contract? Contract Number? Type of contract? Are these particular quoted items under contract? With whom (GSA, SEWP, etc )? If GSA what Schedule and SIN? Can your company provide the service for the listed Department of Veterans Affairs locations? Does your firm utilize the suggested NAICS and PSC per this Sources Sought Notice? If not, please suggest a more appropriate NAICS and/or PSC and explain why it s more appropriate? How do you invoice for this service, including rates? What Certifications, State and/or Federal, if any must you have to perform this service? Please confirm that your firm s contract performance would be in compliance with the Limitations on Subcontracting as required by 13 CFR 125.6 and VAAR 852.219-74 if applicable (Not applicable to unrestricted set aside). Please indicate in which clause your performance would be in compliance with: VAAR 852.219-10, VAAR 852.219-11, or FAR 52.219-14. (Attachment B) Please list all of your concerns, questions and ambiguities below. Questions will not be addressed directly but will be used by the Government in the event that this Sources Sought would move forward to solicitation. Please provide estimated rates if possible. Attachment A CLIN Items Attachment B VAAR 852.219-10, VAAR 852.219-11, FAR 52.219-14

Contact Information

Contracting Office Address

  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jul 24, 2024 11:55 pm EDTSources Sought (Original)