REQUEST FOR INFORMATION: 36C262-18-Q-9409
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NACIS 339113 sources (size standard of 750 Employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this source sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide Supermax Electrometer.
If you are interested, and can provide the required supplies please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions:
(1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes?
Responses to this notice shall be submitted via email to
[email protected] Telephone responses shall not be accepted. Responses must be received no later than May 29, 2018 12:00PM PT. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please provide unofficial pricing. Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. Contractor MUST be able to provide ALL line items.
Schedule: Brand Name or Equal
90018 1) SUPERMAX ELECTROMETER 1 EA
80015-8 2) CALIBRATION, ELECTROMETER, EIGHT
SCALES 1 EA
91800 3) DOSEVIEW 1D SCANNING ARM, 30 X 34 X
36 CM TANK, WITH SOFTWARE INCLUDES:
WATER PHANTOM - WITH VERTICAL LINES
FOR ALIGNMENT TO ISOCENTER USING ROOM
LASERS - FILL LINES FOR 20CM AND 25CM
DEPTH MEASUREMENTS - INTEGRAL DRAIN
VALVE WITH INCLUDED DRAINING TUBE
CONTROL ARM - ROTARY ENCORDER DIRECTLY
MOUNTED TO LEADSCREW SHAFT - 0.05MM
ACCURACY OF POSITION AND REPEATABILITY
OVER 275.00MM TRAVEL DISTRANCE REMOTE
HANDHELD CONTROLLER - SLOW (1.0MM/SEC)
AND FAST (3.8MM/SEC) TRAVEL BUTTONS -
QUICK STEP FEATURE MOVES ARM IN EXACT
0.01MM INCREMENTS FOR PRECISE
POSITIONING - INTERNAL MEMORY -
CHAMBER DEPTH SET IN TREATMENT ROOM IS
STORED AND READY WHEN RECONNECTED TO
THE SERIAL CABLE AT THE TREATMENT
CONSOLE ION CHAMBER BRACKET WITH
ALIGNMENT LINES IS INCLUDED (FITS
THIMBLE CHAMBERS) DOSEVIEW 1D SOFTWARE
INCLUDED FOR FULLY AUTOMATED
PROGRAMMABLE PDD COLLECTION - SOFTWARE
ALLOWS FULL REMOTE OPERATION OF
COMPATIBLE EQUIPMENT FOR COMPLETE AUTO
ACQUISITION WITHIN 2 MINUTES. - FULLY
AUTOMATED DEPTH DOSE DATA COLLECTION
WITH THE FOLLOWING EDITABLE OPTIONS: -
REGULAR OR ARBITRARY STEP INTERVALS;
DELAY PER POSITION FOR WATER SETTLING,
MULTIPLE ACQUISITIONS PER POSITION, -
REAL-TIME PLOTTING OF PDD DATA
ACQUISITION. - MULTIPLE VIEWING
OPTIONS OF DATA COLLECTION: REAL TIME,
AVERAGING, MODE, STREAMING RATE MODE 1 EA
4) SHIPPING, HANDLING & INSURANCE
Not to Exceed $249.00 1 EA
Bid Protests Not Available