Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:36C24423Q1232
This is a SOURCES SOUGHT NOTICE only. Responses to this notice will be used for information and planning purposes. No quotes are being requested or accepted at this time with this notice. The Departme...
This is a SOURCES SOUGHT NOTICE only. Responses to this notice will be used for information and planning purposes. No quotes are being requested or accepted at this time with this notice. The Department of Veterans Affairs (VA), Lebanon VA Medical Center, 1700 South Lincoln Avenue, Lebanon, PA 17042, has a requirement for one (1) annual inspection of the medical air systems, oxygen systems, and vacuum systems in Bldg. 1-2C Wing, Chemo Ward, which includes 9 beds with AOV 27 outlets, 17-5 Dental and all the outlets on the ground floor, first floor, second floor, third floor, fourth floor, fifth floor of Building 1, which includes approximately 265 AOV outlets, Building 101 ICU/Urgent Care, Nuclear medicine, and the MRI Building 99 AOV outlets, Bldg-104 with a total of 92 outlets, Building 104 cylinder room manifolds, including Carbon Dioxide, Nitrogen, and Nitrous Oxide bottles in accordance with all applicable requirements of NFPA 99, CGA, OSHA, and USP. Potential sources shall respond with their ability to provide these services as outlined in the drafted Statement of Work (SOW) (Attachment 1). The North American Industry Classification System (NAICS) code being considered for this procurement is 811210: Electronic and Precision Equipment Repair and Maintenance, and the Product Service Code (PSC) is J065: Maintenance, Repair, and Rebuilding of Equipment Medical, Dental, and Veterinary Equipment and Supplies. The Small Business Size Standard is $34 million. Responses to this notice should include the following: 1. Company name 2. Data Universal Numbering System (DUNS) number 3. Company s address, 4. Point of Contact information (i.e. title, phone number and email address) 5. Company s capability to meet this requirement and any pertinent information which demonstrates the company s ability to meet the above requirements. 6. GSA Federal Supply Schedule contract number or other applicable contract vehicle contract number, if within scope of this effort (if applicable). Company s type of business (small or large) and socioeconomic status whether Service Disable Veteran Owned, Veteran Owned, Hubzone, 8(a), Women Owned, Small Disadvantaged, etc. If applicable, Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must be verified in VetCert at https://veterans.certify.sba.gov. Response should provide enough information to determine if the vendor can comply with the limitations on subcontracting as defined in VAAR 852.219-74 and all applicable CFR references where applicable. All responses shall be submitted in writing via email no later than 12:00pm (EST) September 25, 2023, to Ms. Amanda Lopez at amanda.lopez@va.gov. E-mail: amanda.lopez@va.gov. Facsimile or telephonic responses will not be accepted. There will be no question and answer period for this sources sought. Simply responding as an interested party does not constitute your company as a source. Offeror must provide the above requested information. After review of the responses to this sources sought notice, a solicitation announcement may be published on the SAM or GSA website in the near future. Responses to this sources sought announcement are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the forthcoming solicitation announcement, in addition to responding to this sources sought notice. All interested parties must be registered with System for Award Management (SAM) at https://www.sam.gov in order to be eligible for award of Government contracts.