This is sources sought announcement only. The purpose of this notice is to conduct
market research and obtain information from qualified businesses with special interest
in seeking: VA certified Service Disabled Veteran Owned Business (SDVOSB); Veteran
Owned Small Business (VOSB) and Small Business for small business concerns. No
solicitation is being issued at this time. This notice shall not be construed as a
commitment by the Government to ultimately award a contract, nor does it restrict the
Government to a particular acquisition approach. Your responses will be due by Wednesday, June 6, 2018, 4:30PM (EST) to the point of contact listed below. All information submitted in response to this announcement 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 U.S. Department of Veterans Affairs, Network Contracting Office 6, and the
Salisbury Veteran Affair Medical Center anticipate a Purchase Order to upgrade their Philips IntelliVue Monitoring Systems to enhance medical care for the veterans.
Place of Delivery:
W.G. Hefner - Salisbury VAMC
1601 Brenner Ave.,
Salisbury, NC 28144-2515
Upgrade MP to MK Monitors ED 10 866390_EB1 16 Each
M3176C Information Center USB Recorder 1 Each
IntelliVue MX450 US 9 PCE 9 Each
IntelliVue X3 9 PCE A04 9 Each
M1663A CBL 10 Lead ECG Trunk AAMI / IEC 9 Each
M1668A CBL 5 Lead ECG Trunk, AAMI / IEC 9 Each
M1968A CBL 5 Leadset, Grabber, AAMI, ICU 9 Each
M1968A CBL 5 Leadset, Grabber, AAMI, ICU 9 PCE 9 Each
M1976A CBL 5 Leadset, Grabber, AAMI, Chest ICU 9 Each
M1599B Adult NIBP Air Hose 3.0 9 Each
M1943AL Sp02 8-pin D-sub Adapter Cable 3m 9 Each
H1028B Installation Site Services 1 PCE A04 1 Each
H1028B Installation Site Service 1 PCE A07 1 Each
MXU0175 Wall Channel Seismic 19 9 PCE 9 Each
MXU0515 Coverage Area Verification 1 PCE A01 1 Each
Clinical Config. & Impl. Services (CMS) 1 PCE A02
2 Consecutive Standard Shifts 1 Each
Clinical Config. & Impl. Services (CMS) 1 PCE A07
2 Consecutive Overtime Shifts 1 Each
The appropriate NAICS Code 334510 and the small business size standard are 1000
interested firms are reminded that in accordance with FAR 4.12, prospective contractors
shall complete electronic annual representations and certifications in conjunction with
FAR 4.11 required registration in the System for Award Management (SAM) database
prior to award of a contract. ALL INQUIRIES SHALL BE MADE TO: Contracting Officer:
James W. Brown; NCO 6, Fayetteville, North Carolina; Phone: 910-822-7132; email:
[email protected]
Bid Protests Not Available