J072-- MILNOR WASHER REPAIR Huntington VA
ID: 36C24524Q0116Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES (J072)
Timeline
  1. 1
    Posted Nov 16, 2023 5:33 PM
  2. 2
    Updated Nov 16, 2023 5:33 PM
  3. 3
    Due Nov 22, 2023 1:00 PM
Description

Sources Sought VETERANS AFFAIRS, DEPARTMENT OF is seeking repair services for a Milnor Washer located at Hershel "Woody" Williams VAMC in Huntington, WV. The washer requires repairs to the air mounts and air regulator. The vendor will be responsible for providing all necessary services, parts, or equipment for the repair. The services must be provided within 7 days upon contract award. The delivery of services, parts, or equipment should be made during approved work times and traffic disruptions should be minimized. The contractor's employees must comply with security requirements and obtain a VA Contractor identification badge. The Contracting Officer's Technical Representative (COTR) will be responsible for inspecting the work. The contractor shall not allow smoking in any building and shall ensure employees smoke only in designated outdoor areas. The contractor shall also comply with parking and traffic regulations on the VA grounds.

Point(s) of Contact
Keysha GormanKeysha.Gorman74@va.gov
(410) 637-1513
Keysha.Gorman74@va.gov
Files
Title
Posted
3/26/2024
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
42--WASHER,RESPIRATOR
Active
Dept Of Defense
The Department of Defense, specifically the Defense Logistics Agency, has issued a Combined Synopsis/Solicitation notice for the procurement of a washer for respirators. This washer is typically used for cleaning and maintaining respirators, ensuring their proper functionality and hygiene. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The solicitation document provides further details and can be accessed through the provided link. Interested parties are required to submit quotes electronically. The proposed procurement is for a quantity of 2 units, with delivery to be made to W1A8 DLA DISTRIBUTION within 0157 days. The approved source for this procurement is 3J051 GS2600. Hard copies of the solicitation are not available, and specifications, plans, or drawings are not provided. All responsible sources are encouraged to submit timely quotes. For any questions, the primary contact can be reached via email at DibbsBSM@dla.mil.
2330--Trailer-Mounted Vacuum Machine
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs (VA) is seeking offers for a firm-fixed-price contract for the supply and delivery of a trailer-mounted vacuum machine. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside procurement. The primary purpose of this requirement is to obtain a trailer-mounted vacuum machine capable of cleaning and removing debris from the VA Medical Center's sewer system. The machine must be equipped with a powerful vacuum pump and have the capacity to handle solids and liquids. The scope of work involves the delivery, setup, and demonstration of the equipment's functionality. The awardee will provide a complete trailer-mounted vacuum machine system, ready for operation. The machine must have a minimum air flow rate of 2300 cubic feet per minute (CFM) and a maximum vacuum pressure of 14 inches of Mercury (in/Hg). The system should also include a debris tank with a minimum capacity of 35 gallons. To be eligible, applicants must be certified as SDVOSBs and meet the requirements outlined in the solicitation document. Businesses certified under the VetCert program are eligible to participate. Funding for this contract is estimated at $30,000 to $50,000, and the VA anticipates awarding a fixed-price contract. Interested parties should submit their offers by email before the deadline of August 12, 2024, at 17:30 PST. It is crucial to review the solicitation document for further instructions and requirements regarding the submission process. The VA will evaluate offers based on the following criteria: price, with the most competitive price receiving the highest rating, and non-price factors such as past performance and delivery time. For any questions or clarifications, interested vendors should contact Contracting Specialist Andrew Barrow at andrew.barrow@va.gov, ensuring that Nick Price is copied on all communications (nicholas.price@va.gov). Written questions must be submitted by August 2, 2024, at 17:30 PST. Oral questions will not be entertained. This combined synopsis and solicitation, labeled as RFQ 36C26024Q0738, can be found as an attachment to the official VA posting. Offerors should carefully review all documents before submitting their offers.
6515--SPS EQUIPMENT UPGRADE "BRAND NAME OR EQUAL TO IAW STATEMENT OF WORK" MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER.
Active
Veterans Affairs, Department Of
The U.S. Department of Veterans Affairs is seeking information and planning responses from potential vendors for a Firm-Fixed Price (FFP) contract to supply and install medical equipment, specifically one cart washer and three washer-disinfectors, at the VA Maryland Health Care System in Baltimore. The primary purpose is to procure these systems for the VA medical center, ensuring adherence to specific requirements and timely delivery within 90 days of contract award. The scope of work involves delivering and installing the equipment with accessories and providing operator training. The contract will entail delivering the items to the medical center warehouse and installing them according to provided specifications, with a phased installation approach to ensure uninterrupted SPS operations. The equipment must meet salient characteristics, including touchscreen operation, variable water usage, and thermal disinfection capabilities. Respondents to this request for information are expected to provide the following details: - Business size and status (e.g., SDVOSB, VOSB, HUBZone) - Ability to manufacture or distribute the items, with an authorized distributor letter if applicable - Place of manufacture - Information on any existing federal contracts, including GSA FSS or NASA SEWP contracts - Manufacturer and part numbers - Pricing and delivery timelines - Company and contact details, including SAM and DUNS registration It is emphasized that this RFI is for market research and planning purposes only, with responses assisting the government in determining the acquisition strategy. Potential vendors are highly encouraged to respond, as this may lead to future solicitation. The government contact for this opportunity is Mohsin Abbas, Contract Specialist, who should be approached for any clarifications or further information. Responses to this RFI are due by Tuesday, August 06, 2024, at 3:00 PM EST.
7320--New Dishwasher and Installation Base: 08/12/2024 - 10/31/2024
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs issues a combined synopsis and solicitation for a federal contract aimed at procuring and installing a new conveyor dishwasher for the Southeast Louisiana Veterans Health Care System. This service-disabled veteran-owned small business (SDVOSB) set-aside aims to replace the existing dishwasher in the healthcare facility's nutrition and food service department, which has reached the end of its lifecycle. The scope of work involves a high-capacity dishwasher installation, including all necessary materials, labor, and permits, with specific features such as dual tanks and a processing capacity of 342 racks per hour. The contractor must ensure precise connections to existing drain and supply systems and provide on-site training post-installation. Additionally, the VA requires the removal of the current dishwasher. Eligible applicants for this SDVOSB set-aside must possess the technical capability, qualified personnel, and equipment to meet the VA's specifications. They should also have a strong quality control measure in place. The contract is expected to be firm-fixed-price, with clear warranty and indemnification terms outlined in the request for proposal (RFP). Quotes for this opportunity, with an estimated response deadline of July 31, 2024, should be submitted electronically to Christopher.rossi2@va.gov. A site visit is scheduled for July 24, 2024, and attendance is highly recommended. The winning application will be determined based on a lowest price technically acceptable (LPTA) evaluation approach. For any clarifications or questions, contact Christopher Rossi at Christopher.rossi2@va.gov.
6515--LX ULTRASOUND SYSTEM
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is seeking offers for a 6515-LX Ultrasound System for the Hershel Woody Williams VA Medical Center in Huntington, West Virginia. This combined synopsis and solicitation is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, governed by the Federal Acquisition Regulations (FAR). The VA requires the delivery and installation of the ultrasound system, along with associated training and support. The system must be new and include specific features and capabilities outlined in the detailed specification document attached to the solicitation. Offerors are expected to carefully review these requirements and ensure their proposals meet all essential criteria. To participate, applicants must be registered as SDVOSBs and meet the eligibility criteria outlined in FAR Part 19.14. The VA encourages small businesses to apply and will provide preference to eligible SDVOSBs. The contract type is anticipated to be a firm-fixed-price, and pricing information should be included in the offer. The solicitation, which contains further details and the required format for offers, is attached to this notice. Offerors must submit their proposals by the deadline specified in the solicitation. The VA will evaluate offers based on the criteria stated therein, with a focus on meeting the specialized requirements and providing the best value to the government. For any clarifications or questions, interested parties should contact the primary point of contact, James Ferro, via email at james.ferro@va.gov or by phone at 202-745-8000. Please note that all pertinent information is contained within the attached documents. Offerors are advised to review these carefully before submitting their proposals.