Skip to main content

An official website of the United States government

You have 2 new alerts

6515--Mammography Mobile Coach

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: Nov 17, 2022 02:33 pm CST
  • Original Response Date: Nov 28, 2022 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 01, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Michael E. DeBakey VA Medical Center ,

Description

Department of Veterans Affairs (VA) Network Contracting Office 16 (NCO 16) Houston, TX In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) BACKGROUND/DESCRIPTION: MEDVAMC requires an Assured Imaging Mobile Coach 3D Mammography Scanner, on a mobile trailer. Manufacturer: Hologic models: 3D Mammography. Vendor to provide services to the equipment listed. The services will include but is not limited to: service coverage of machine and trailer to include service, repair and preventive maintenance. Trailer must be a mobile coach that has a waiting area, work area/administrative area, dressing area as well as be equipped with a 3D Hologic Mammography machine. Also, prefers trailer to have two data ports in order to accommodate all workstation equipment. Vendor will be responsible for installation and removal of this trailer upon termination of contract. Equipment will be in good operating condition upon the effective date of this contract. This contract will not apply to any instrument damaged through negligence, misuse, abuse, fire, or explosion or any act of God. There will be a hard drive replacement at the end of the lease/rental term. REQUESTED RESPONSES: The intent of this sources sought notice is to establish sources to define the procurement strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this notice if you can provide the exact brand name or equal products listed in the background section above. In the response, please cite your business size status. If you have an existing General Service Administration (GSA) or VA, Federal Supply Schedule (FSS) contract or Government-Wide Acquisition Contract (GWAC)/Solutions for Enterprise-Wide Procurement (SEWP), please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this notice if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, FSS contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this notice. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Responses should include: (1) Business Name (2) Business Address (3) Point of Contact Name Phone Number E-mail Address (4) UEI Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE-DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED (VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc. (8) Letter stating OEM authorized dealer, authorized distributor, or authorized reseller for the proposed equipment and/or services if applicable (9) GSA/FSS Contract Number if applicable Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name or from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Jeff Mason, jeffery.mason2@va.gov. Please respond to this notice no later than November 28, 2022 by 2:00 pm CT. DISCLAIMER: This sources sought notice is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this notice.

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

  • Dec 01, 2022 10:56 pm CSTSources Sought (Original)