Skip to main content

An official website of the United States government

You have 2 new alerts

Q702-- Azurion Cath Lab Services Rm 2M131

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: Apr 07, 2022 10:01 am CDT
  • Original Response Date: Apr 15, 2022 11:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 25, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Q702 - TECHNICAL MEDICAL SUPPORT
  • NAICS Code:
    • 811219 - Other Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    VAMC Olin E. Teague 1901 Veterans Memorial Drive Temple , 76504
    USA

Description

Page 3 of 3 THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW FAR 15.201(e), 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source s sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification relative to NAICS 811219 (size standard of $22.0 M). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 17 Network Contracting Office, is seeking sources that can provide Preventative Maintenance of Medical Equipment for the VA NTX Healthcare System. The FAR Clause 52.211-6 Brand Name or Equal applies to this RFI. Any items stated as equal not confirming to the requirements will be considered non- responsive. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services 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. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Is your business a: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or a distributor of the items being researched above? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? (5) If you do, state how and what is altered; assembled; modified? (6) Does your company have FSS GSA/NASA SEWP/NAC or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NASA SEWP/NAC or federal contract holder, are the items you are providing information for available on your schedule/contract? (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses to this notice shall be submitted via email to robert.clark15@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 11AM CST. April 15, 2022. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this source sought. Responses to this source s sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference 36C25722Q0496.

Contact Information

Contracting Office Address

  • 5441 Babcock Road Suite 302
  • San Antonio , TX 78240
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Apr 25, 2022 10:55 pm CDTSources Sought (Original)