Texas Bids > Bid Detail

6515--Epredia Slide Printer

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159590131696338
Posted Date: Mar 22, 2024
Due Date: Mar 27, 2024
Solicitation No: 36C25624Q0662
Source: https://sam.gov/opp/dc497cea54...
Follow
6515--Epredia Slide Printer
Active
Contract Opportunity
Notice ID
36C25624Q0662
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 22, 2024 12:58 pm CDT
  • Original Response Date: Mar 27, 2024 04:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Michael E. DeBakey VAMC Houston , TX 77030
    USA
Description
Sources Sought Notice

Sources Sought Notice

Page 3 of 5
Sources Sought Notice
*= Required Field
Sources Sought Notice

Page 1 of 5

SUBJECT*
Epredia Slide Printer

GENERAL INFORMATION
CONTRACTING OFFICE S ZIP CODE*
77056-5643
SOLICITATION NUMBER*
36C25624Q0662
RESPONSE DATE/TIME/ZONE
03-27-2024 4pm CENTRAL TIME, CHICAGO, USA
ARCHIVE
10 DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
N
SET-ASIDE

PRODUCT SERVICE CODE*
6515
NAICS CODE*
334516
CONTRACTING OFFICE ADDRESS
Department of Veterans Affairs
Network Contracting Office 16
Galleria Financial Center
5075 Westheimer Road, Suite 750
Houston TX 77056-5643

POINT OF CONTACT*
Contract Specialist
Lekeicia Anderson-Spight
Lekeicia.anderson@va.gov


PLACE OF PERFORMANCE
ADDRESS
Department of Veterans Affairs

Michael E. DeBakey VAMC

MEDVAMC

2002 Holcombe Blvd.

Houston Texas
POSTAL CODE
77030
COUNTRY
US

ADDITIONAL INFORMATION
AGENCY S URL
https://www.va.gov
URL DESCRIPTION
Department of Veterans Affairs
AGENCY CONTACT S EMAIL ADDRESS
Lekeicia.Anderson@va.gov
EMAIL DESCRIPTION
36C25624Q0662-RFI Response

DESCRIPTION
Sources Sought Notice
Sources Sought Notice

Page 3 of 5
Sources Sought Notice - RFI Attachment
Sources Sought Notice
Page 1 or 4
Page 1 of
DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the government to enter into a contract, nor does it restrict the government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the government. Information submitted in response to this notice is voluntary; the government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the government. The government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or General Services Administration (GSA). It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI.
1. Title: Epredia Slide Printer

2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy for example, set-aside, sole source, or unrestricted for a solicitation the VA intends on issuing shortly as follows:

The Michael E. DeBakey VA Medical Center (MEDVAMC) located in Houston; Texas has a requirement for Epredia Slide Printer; items listed below and Draft SOW/PWS attached.

Item #
Description of Supply/Part Number* Products
Qty
A83900015
Slidemate Pro Slide Printer
3
NC2066689
15in PC for Printmate AS
3




The Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code is 334516-Analytical Laboratory Instrument Manufacturing with a size standard of 1,000 employees. Product Supply Code (PSC) 6515-Medical and surgical Instruments, Equipment, and Supplies.

The anticipated type of contract shall be a Single Award, Firm Fixed Price. The Government wishes to enter into a contract with a Small Business Manufacturers, to be exercised at the Government s discretion.




3. Responses Requested: The following questions must be answered in response to this RFI.
Answers that are not provided shall be considered non-responsive to the RFI:
Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following:

Point(s) of contact name: _______________________________________________

Address: ____________________________________________________

Telephone number: ___________________________________________

Email address: _______________________________________________

UEI #: ____________________________________

CAGE Code: _______________________________

Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite NAICS code identified above?
Can your company support all equipment and software?
Can your company provide technicians/engineers trained and certified by the manufacturer to work the identified equipment & associated software?
What is your Mean Time to Repair (MTTR) from receipt of initial service calls?
Does your company provide support for any of the stated equipment at other VA facilities? If so, please provide contract & contact information.
For the equipment listed in above what is the recommended Preventative Maintenance (PM) schedule(s) (monthly, quarterly, semi-annual, annual)?
What are the projected unit costs for the service schedule identified above?
Do you have a sample Statement of Work (SOW)/Performance Work Statement (PWS) you can share?
Do you have a sample Quality Assurance Surveillance Plan (QASP) you can Share?
Are there national service standards for this equipment? If so, what are they and what organization establishes the standards?
Do you have sample or recommended evaluation criteria you can share?
What is recommended industry best practices for this type of requirement?
Is your company available under any Government Wide Agency Contract (GWAC), Solutions for Enterprise-Wide Procurement (SEWP), National Acquisition Center (NAC), GSA Schedule, Federal Supply Schedule (FSS), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)?

The VA does not accept grey market items; therefore, the Vendor must attach an Authorized Distribution Letter as an approved and authorized vendor on OEM letterhead by the manufacturer as evidence of proof to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice.

4. Opportunity/Market Pricing: The MEDVAMC is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition and general market pricing available in the industry. Vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation.

5. RFI responses are due by 4:00pm Central Time by close date listed above; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email listed in Item #5 Contact Information below. There is no page limitation on subparagraphs 3(a) - 3(g).

The subject line shall reference that Request for Information (RFI) number above.

NO SOLICITATION EXISTS AT THIS TIME.

Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI.

Information provided will be used solely by MEDVAMC as Market Research and will not be released outside of the MEDVAMC Purchasing and Contracting Team.

If no responses to this notice are received from an authorized distributor of the cited brand name items listed above, then this action will be sole sourced to the manufacturer.

6. Contact Information:
Contract Specialist
Lekeicia Anderson-Spight
Lekeicia.anderson@va.gov

Your response to this notice is greatly appreciated!
Attachments/Links
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
  • Mar 22, 2024 12:58 pm CDTSources 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 >