Skip to main content

An official website of the United States government

You have 2 new alerts

J065--Relocate GE Spect CT

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: Presolicitation (Original)
  • Original Published Date: Jun 21, 2023 01:38 pm CDT
  • Original Response Date: Jun 27, 2023 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 04, 2023
  • 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:
    NWI VAHCS Omaha , 68105

Description

Page 2 of 2 No phone calls. Send any responses by e-mail only. As this is a Sources Sought Notice for market research purposes, the Government will not accept any technical questions at this time. This is a Sources Sought Notice to determine small business sources capable of services to Relocate Optima 640 MX678610 SPEC CT 402451D640 from one room to another within the facility per this notice under NAICS 811210 (Electronic and Precision Equipment Repair and Maintenance). Small business size standard is $34 million. Product Service Code (PSC) is J065 (Maint/Repair/Rebuild Of Equipment- Medical, Dental, And Veterinary Equipment And Supplies). BACKGROUND: THIS IS A SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This notice is issued solely for informational, market research, and planning purposes only. It does not constitute a solicitation or a promise to issue a solicitation in the future.  This notice does not commit the Federal Government to contract for any service at this time. Further, the U.S. Department of Veterans Affairs, Network Contracting Office (NCO) 23 is not at this time seeking offers, and will not accept unsolicited offers.  Respondents are advised that the Federal Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party s expense. Responses to this notice are not offers and cannot be accepted by the Federal Government to form a binding contract.  Although the term offeror is used in this notice, your respective organization s response will be treated as information only and shall not be used as an offer. OBJECTIVE: The objective of this notice is to conduct market research to determine if there are Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) sources capable of providing services to Relocate Optima 640 MX678610 SPEC CT 402451D640 from one room to another within the Omaha NE Facility of the VA Nebraska Western Iowa Health Care System. The facility is located at 4101 Woolworth Ave, Omaha NE 68105. DESCRIPTION OF SERVICE: The VA Nebraska Western Iowa Health Care System (NWI) requires Equipment relocation services for an Optima 640 MX678610 SPEC CT 402451D640. Services shall be provided to properly move the CT machine from one room and reinstall it in another room within the facility. PLACES OF PERFORMANCE: VA Nebraska Western Iowa Health Care System (NWI) 4101 Woolworth Avenue Omaha, NE 68105 POTENTIAL SCOPE OF WORK: See attached Statement of Work (SOW) POTENTIAL CERTIFICATIONS AND LICENSURE: See attached Statement of Work (SOW) SUBMITTAL OF RESPONSES: Responses shall be sent via electronic mail only by 10:00am Central Standard Time (CST), 06/26/2023 to: Jesse Sweesy Contracting Officer E-mail: jesse.sweesy@va.gov Offerors shall submit a capability statement indicating their ability and experience to provide the services cited above; such statement shall also list: Name of offeror Address of offeror DUNS Number of offeror Point of contact name, phone number, and e-mail of offeror Whether or not vendor is SDVOSB or VOSB; SDVOSB and VOSB will be verified through Vet Biz at https://www.vip.vetbiz.gov. Whether or not vendor has General Services Administration (GSA) Federal Supply Schedule (FSS) contract; if so, please provide GSA FSS contract number certifications and licensure that its applicable staff holds

Contact Information

Contracting Office Address

  • 316 Robert Street N Suite 506
  • Saint Paul , MN 55101
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Oct 04, 2023 10:55 pm CDTPresolicitation (Original)