Drager Anesthesiology Maintenance Service
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159970296921937 |
Posted Date: | May 5, 2023 |
Due Date: | May 10, 2023 |
Solicitation No: | PANHCA-23-P-0000-005896 |
Source: | https://sam.gov/opp/0f74f10557... |
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.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
- Original Published Date: May 05, 2023 02:07 pm CDT
- Original Response Date: May 10, 2023 01:45 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- 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:
Fort Leonard Wood , MO 65473USA
This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. General Leonard Wood Army Community Hospital (GLWACH), Fort Leonard Wood, Missouri, has an upcoming requirement to solicit for and award for preventive and unscheduled maintenance on their government-owned Drager Anesthesia equipment. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform preventative maintenance, unscheduled repairs as defined in the Performance Work Statement (PWS), except for those items specified as Government furnished property and services.
The period of performance is:
Base 1 OCT 23 – 30 SEP 24
Option 1 2 OCT 24 – 30 SEP 25
Option 2 3 OCT 25 – 30 SEP 26
Option 3 4 OCT 26 – 30 SEP 27
The equipment to be maintained consist for the various units:
Apollo 6 each
D-Vapor 2000 6 each
Vapor 2000 – ISO 6 each
Vapor 2000 – SEVO 6 each
Total Travel within Zone 1 each
The type of solicitation to issue will be based upon the responses to this synopsis. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees', regarding this requirement is strictly prohibited.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these supplies. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors.
•Offeror's name, address, point of contact, phone number, and e-mail address.
•Offeror's interest in providing a proposal/quote on the solicitation when it is issued.
•Offeror's capability to meet personnel requirements.
•Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute the required transcription services - provide at least three (3) examples. Documentation of appropriate services must be presented in sufficient detail for the Government to determine that your company possesses the necessary means to compete for this acquisition.
•Offeror's type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability.
Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. 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. No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government.
Interested Offeror shall respond to this Sources Sought Notice no later than the response time indicated in this Sam.gov posting. All interested businesses must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. Fax or email your response Perry J. Cannon, Contract Specialist at email: perry.j.cannon.civ@mail. Please label the email, “PANHCA-23-P-0000 005896 Drager Anesthesia Maintenance Service – [Vendor’s Name]”. Please include the vendor’s point of contact and cage code in the response.
Telephonic inquiries will not be honored. EMAIL IS THE ONLY METHOD.
- REGIONAL HEALTH CONTRACT OFF CENTRA 2539 GARDEN AVENUE
- JBSA FT SAM HOUSTON , TX 78234-0000
- USA
- Perry J. Cannon
- perry.j.cannon.civ@health.mil
- May 05, 2023 02:07 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.