Tennessee Bids > Bid Detail

6910--Airway Man

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159275539970974
Posted Date: Jun 7, 2023
Due Date: Jun 15, 2023
Solicitation No: 36C24923Q0370
Source: https://sam.gov/opp/52fb066fbf...
Follow
6910--Airway Man
Active
Contract Opportunity
Notice ID
36C24923Q0370
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 07, 2023 10:40 am CDT
  • Original Response Date: Jun 15, 2023 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6910 - TRAINING AIDS
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Memphis VA Medical Center Memphis , TN 38104
    USA
Description
Page 3 of 3
**This is not a request for proposals, bids, or quotes. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Government is not obligated to and will not pay for information received because of this announcement. **

This is a Sources Sought notice to obtain information regarding the availability and capability of all qualified sources to fulfill a potential requirement for Airway Man System and Accessories. The NAICS code is 339113 with a size standard of 750 employees.

The purpose of this notice is to conduct market research and obtain information from qualified businesses. The responses to this announcement will assist in determining the socio-economic set aside if feasible. VA is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient Veteran Owned and Small Business response is received to establish the basis for setting this action aside for Other Than Large Business participation then the action will be advertised as Full and Open Competition, in which case, all interested parties responding shall be eligible to bid.

LIST OF EQUIPMENT:
DESCRIPTION
QTY
AM-1001-D AirwayMan System-Dark Tone
3
CLM-50 CentraLineMan System
1
TM-5132 TraumaMan System v5 Purchase Program (includes $4000 in replaceable tissue and 3-Year Maintenance & Support agreement
1



SALIENT CHARACTERISTICS:
CentraLineMan System
TraumaMan System v5 Purchase Program ($4000 in replaceable tissue and 3-year maintenance & support agreement)

RESPONSE CONSIDERATIONS:
All information submitted is subject to verification. Additional information may be requested to substantiate responses. If interested, please respond via email to the following:

Identify the socioeconomic status of your business (For additional information on small business concerns visit www.sba.gov).
SDVOSB/VOSB must be listed as verified in VIP database at: https://www.vip.vetbiz.gov.

Identify the Manufacturer product you distribute
Include a manufacturer brochure
Does the manufacturer consider trade-in equipment?
Include an authorized distributor or reseller letter
Identify whether you:
(1) touch the product before delivering to the end-user? Or,
(2) do you just forward the order to the manufacturer and they direct-ship to the end-user?

Identify whether this requirement can be completed entirely under a GSA FSS delivery/task order, NASA-SEWP, other contract vehicle, or Open Market.
Provide current and active FSS or NASA-SEWP, or other contract number.

Each response shall be reviewed by the Contracting Officer/Specialist for determining whether there exists reasonable expectation of obtaining enough offers from responsible small businesses that are competitive in terms of product offering, market prices, quality, and delivery. A determination not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only.

A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award and must submit a current authorized distributor letter from the manufacturer.

If no responses are received from potentially responsible sources, Lexington VAMC and its supporting contracting office NCO-9 - under FAR part 19.501(b) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis or sole source basis.
All Service-Disabled Veteran Owned and Veteran Owned Small Businesses must submit a self-certifying statement that their company meets all criteria established IAW 13 CFR 121.406(b)(1)(i) through (b)(1)(iii) thus demonstrating compliance with the Non-Manufacturer Rule.

Interested parties are encouraged to furnish information by email only with RESPONSE TO SOURCES SOUGHT 36C24923Q0370 Airway Man in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to James Ferro, Contract Specialist, by email at james.ferro@va.gov NO LATER THAN June 15th, 2023 @ 10:00AM CST.

The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements.
Attachments/Links
Attachments
Document File Size Access Updated Date
36C24923Q0370.docx (opens in new window)
25 KB
Public
Jun 07, 2023
file uploads

Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 07, 2023 10:40 am 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 >