Oregon Bids > Bid Detail

J065--PET/CT Cover replacement - Philips Vereos 6511439

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159597606891652
Posted Date: Feb 28, 2024
Due Date: Mar 6, 2024
Source: https://sam.gov/opp/dcf398d4d6...
Follow
J065--PET/CT Cover replacement - Philips Vereos 6511439
Active
Contract Opportunity
Notice ID
36C26024Q0358
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
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)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 28, 2024 03:18 pm PST
  • Original Response Date: Mar 06, 2024 10:00 am PST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Portland VA Medical Center (VAMC) Portland , OR 87239
    USA
Description
Sources Sought Notice

Sources Sought Notice

Page 6 of 6
Sources Sought Notice
*= Required Field
Sources Sought Notice

Page 1 of 6
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research.
The purpose of this Sources Sought notice is to determine interest and capability of potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the Department of Veterans Affairs intends on issuing shortly. Potential contractors capable of meeting the requirements listed in the Performance Work Statement (PWS) and this notice are invited to respond to this Sources Sought Notice via e-mail to gregory.franklin@va.gov no later than noted in this notice. No telephone inquiries will be accepted.
This requirement includes all labor, parts and transportation required to replace the cover of the Philips Vereos Model 6511439 computed tomography (CT) / positron-emission tomography (PET) scanner, located at the Portland VAMC.
PERFORMANCE WORK STATEMENT (PWS)
Computed Tomography (CT) / Positron-emission Tomography (PET) Cover Replacement
1. Background
Portland VA Medical Center (Portland VAMC) requires replacement of the front assembly cover on their Philips Vereos model 6511439 PET/CT.

2. Scope

The vendor shall replace the front assemble cover with new Original Equipment Manufacturer parts delivered to Portland VAMC.

3. Specific Tasks

General Requirements:

Vendor to provide front assembly cover for the current Philips Vereos model 6511439 PET/CT.
All parts must be compatible with current Philips Vereos model 6511439 PET/CT.
The cost of all labor, parts, and delivery for the removal and installation of the front assemble cover is included.
All work associated with the removal and installation will be performed at the Portland VAMC. Work may be performed after hours (i.e., outside of M-F 0800-1600).
Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, verified by an authorization letter or other documents from the OEM.

4. Performance Monitoring
The tasks are well defined and can, therefore, be easily monitored by the Government point of contact (POC), who shall represent the government for this process. The contractor performance will be monitored, and the work certified by the POC. The POC will assure contractor quality by routine inspections and monitoring of work while work is being performed.
5. Security Requirements
All vendor employees will be hosted, monitored, and escorted by VA personnel while onsite.
The vendor personnel will undergo background checks in accordance with VHA policy.
6. Inspection and Acceptance Criteria.

The POC is responsible for certifying that the work done under this contract is performed to standard. The POC is also responsible to assure the inspection and acceptance of products provided incidental to services.

7. Place of Performance.

Work will be performed at the Portland VAMC.
8. Period of Performance.
This is a one-time service that will be scheduled at time of award. Parts will arrive no later than fifteen days after receipt of order.
End of PWS
The Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code 811210 is thirty-four million dollars ($34,000,000.00).
Responses Requested: The following questions must be answered in response to this Sources Sought.

Failure to provide answers will be considered non-responsive to the Sources Sought.

Is the Contractor an authorized distributor equipped to provide Original Equipment Manufacturer (OEM) parts?
The VA does not accept grey market items. The contractor must submit evidence that they are an authorized distributor in accordance with VAAR 852.212-72.

VAAR 852.212-72Â GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020)
 (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory.
 (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics.
 (c) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.

Name of potential Contractor that possess the capability to fulfill this requirement.

Contractor Name: ______________________________________________
Point of contact name: ______________________________________________
Address: __________________________________________________
Telephone number: _________________________________________
Email address: _____________________________________________
Company's business size: _____________________________________________
SAM UEI: _________________________________________________

Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite 811210 NAICS code?__________

If the required services are currently available on a Federal Government Contract, please list the contract number.
_______________

Have the required services previously been provided to the VA? If so, please list VA Facility and contract number:
_______________________________________________________________________
Contractor must submit documentation supporting their responses to be considered as part of the Market Research.

Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.
In addition to providing the information requested above, responding companies may include any relevant information (specifications, cut sheets, brochures, capability statement, past experience, etc.) to confirm the company s ability to meet the requirements outlined in this request. Excluding a singular brochure, all responses must be limited to four (4) 8X10 sheets with print not smaller than Time New Romans 10. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Finally, respondents are solely responsible for all expenses associated with responding to this sources sought notice.
Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 28, 2024 03:18 pm PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >