Inactive
Notice ID:36C24621Q0354
This Sources Sought Notice is not a formal request for proposals or quotes. No formal solicitation document exists at this time. The government will not reimburse participants for any expenses associa...
This Sources Sought Notice is not a formal request for proposals or quotes. No formal solicitation document exists at this time. The government will not reimburse participants for any expenses associated with their response to this notice. The Department of Veterans Affairs, Regional Procurement Office (RPO) East, Network Contracting Office (NCO) 6, on behalf of VISN 6 and their satellite locations is in the process of planning a requirement for services to include all OEM-recommended PM services and remedial repairs, and to move the Mobile Mammo Coach to any designated location that the VISN 6 Personnel request within 2 weeks from notification. Please see the attached Statement of Work. This potential requirement may be for a base period of one year (1) and four(4) one-year options. The applicable NAICS Code is 811219 (Other Electronic and Precision Equipment Repair and Maintenance) with a size standard of $22 million. The corresponding Product Service Code is J065. The VA is seeking written responses to assist with identifying potential sources that are interested in, and capable of, providing the services described. Please review the information contained herein and identify whether your company has the capability and interest to provide the services described. Capability statement that demonstrates the firm s ability to meet the above requirement, should include: Company Name: Company Point of Contact Name, Email and Phone: Company DUNS Number: Socioeconomic Category: Company GSA schedule (if applicable) under which these services can be purchased: Describe briefly the capabilities of your company and the nature of the services you provide relative to the current requirement for Mobile Mammography Coach Transportation Services. The Veterans First Contracting Program applies to VA contracts only. VA has a preference to award contracts to verified service disabled Veteran-owned small businesses (SDVOSBs) first, then to verified Veteran-owned small businesses (VOSBs) ,when market research provides a reasonable expectation that the VA will receive two or more offers from eligible SDVOSB/VOSB firms at a fair and reasonable price ( Public Law 109-461). To be eligible for a VA SDVOSB or VOSB set-aside, the firm must be verified in the VA s Office of Small Business Utilization s (OSDBU) Veteran Information Pages (VIP) database as an SDVOSB or VOSB at the time the firm submits its offer to the VA. Additional information on VA s Veterans First Contracting Program can be found on OSDBU s website at https://www.va.gov/osdbu/verification/ . In addition, the SDVOSB/VOSB must qualify as a small business under SBA s regulations. The Government reserves the right to contact any respondent and/or respondent reference to obtain additional information. Currently, no solicitation exists; therefore, please do not request a copy of the solicitation. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for market research purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined. It is the potential vendor s responsibility to monitor the CONTRACT OPPORTUNITY (formerly FEDBIZOPPS) website at https://beta.sam.gov/ for release of any future Pre-Solicitation, Amendments or solicitation that may result from the sources sought. Vendors having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this sources sought notice via e-mail to the Contract Specialist, no later than 22 February 2021 at 12:00 PM EST. Responses shall be emailed to: Keyasha.Williams@va.gov .