Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:36C261-24-AP-4578
This is Not a request for quotes; the Government is seeking information for market research purposes only. The contractor shall provide the brand name or equal to Intercoustics, Audiology Equipment fo...
This is Not a request for quotes; the Government is seeking information for market research purposes only. The contractor shall provide the brand name or equal to Intercoustics, Audiology Equipment for the registered Veterans of the Northern California Health Care System. This equipment will be used at Northern California Health Care System, Stockton VA Clinic, French Camp, CA 95231. The North American Industry Classification System (NAICS) is 334510; Electromedical and Electrotherapeutic Apparatus Manufacturing. Responses to this notice shall include company/individual name, size status for the above reference NAICS code, a service capability statement, SAM Entity Unique Identifier (EUI), DUNS Number, address, point of contact and examples of similar facilities to which similar services have been provided to. Contractors should provide information on whether they are certified SDVOSB, VOSB, Hub zone, 8(a), women-owned concern. If standard company brochures will be provided as a response to this Source Sought, ensure that additional information tailored to this notice is included. A solicitation is not currently available. If a solicitation is issued, it will be announced on the Contract Opportunities website https://sam.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the response to this announcement. Contractors must be registered in System for Award Management (SAM), see internet site: https://www.sam.gov for information about registration. Specific areas to be addressed in capability packages submitted by respondents are as follows: 1. Capability Statements, if considering sub-contracting state so in your response and include subcontractor information to include SAM EUI and name. 2. The Contractor shall provide all equipment according to and stated in the attached Salient Characteristics. 3. If you are in GSA, please provide schedule and contract number. It is anticipated that the contract will be a Firm Fixed Price. 4. Responses to this notice must be submitted via email to lisa.watkins@va.gov no later than Monday, August 19, 2024, at 08:00 AM CT. No telephone inquiries will be accepted. DISCLAIMER This Sources Sought is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this request that is marked as proprietary will be handled accordingly. In accordance with 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.