Montana Bids > Bid Detail

J065--Base Plus 4 Service agreement for Audiology equipment

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159813987448569
Posted Date: Feb 12, 2024
Due Date: Feb 15, 2024
Source: https://sam.gov/opp/afb5b82f32...
Follow
J065--Base Plus 4 Service agreement for Audiology equipment
Active
Contract Opportunity
Notice ID
36C25924Q0241
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
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-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Feb 12, 2024 10:53 am MST
  • Original Response Date: Feb 15, 2024 03:00 pm MST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 20, 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:
    Department of Veterans Affairs VA Health Care System (VAHCS) , MT
    USA
Description
Sources Sought Notice
Page 6 of 6

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.
The VA Oklahoma City Healthcare System and the Network Contracting Office (NCO) 19 are performing market research to determine if there are a sufficient number of qualified providers/firms to provide contractor to provide labor, repairs, and preventive maintenance services on Audiology Equipment OEM: NATUS MEDICAL INCORPORATED, at the VA Medical Centers and Outpatient Clinics, in various cities throughout the state of Montana.
LOCATION: VA Medical Centers and Outpatient Clinics in Billings, Bozeman, Butte, Glasgow, Glendive, Great Falls, Hamilton, Havre, Helena, Kalispel, Lewistown, Miles City, Missoula, and Plentywood Montana, Oklahoma.
Socio-economic precedence are as follows:
(1) Service-Disabled Veteran Owned Small Business;
(2) Veteran Owned Small Business; or
(3) Small Business to set aside

GENERAL REQUIREMENTS
Firms responding shall specify they can meet the required specifications:

An authorized service representative evidence and factory certified field service technician is required to access, troubleshoot, repair, and calibrate the unit IAW manufacturer specifications.

Contractors shall provide:
1. A completed copy of Business information listed below with a capabilities statement.
2. Completed copy of the attachment (exhibit A) with responses.

The associated North America Classification Systems (NAICS) Code is 811210 and the Business Size Standard is $34Million. The PSC is J065: Maint/Repair/Rebuild of Equipment Medical, Dental, and Veterinary Equipment and Supplies.
THIS IS NOT A REQUEST FOR PROPOSAL. Only written responses, to exhibit A, will be accepted at this stage. Do not submit additional documentation or attachments outside these requirements unless your company POC receives a direct request in writing by the Contracting Officer. Information is being gathered for market research purposes only. Industry exchanges are at the discretion of the Contracting Officer.
Questions must be addressed in writing to the Contracting Officer and Contract Specialist. If your organization can provide these services and is interested in this opportunity, please respond to Mitchael Purdom, Contracting Officer and Sherita Glanton, Contract Specialist, via e-mail at Mitchael.Purdom@va.gov and Sherita.Glanton@va.gov with the above information requested. The response due date for this information is 3:00 PM Mountain Time, on Thursday, February 15, 2024.
Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/.
Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp.
To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp.
To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp.
To become a CVE-verified VOSB or SDVOSB visit Veteran Small Business Certification (sba.gov)







Exhibit A: In response to this announcement, please provide the information below:
Company Name:
Address:
UEI (Unique Entity ID) Number:
Contact Name:
Phone No.:
Email:
Business Size Information - Select all that applies:
Small Business
Emerging Small Business
Small Disadvantaged Business
Certified under Section 8(a) of the Small Business Act
HUBZone
Woman Owned
Certified Service-Disabled Veteran Owned Small
Veteran Owned Small Business
Large Business
FSS/GSA Contract Holder
Yes No
FSS/GSA Contract Number:

Effective Date/ Expiration Date:


Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 12, 2024 10:53 am MSTSources 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 >