Wisconsin Bids > Bid Detail

H265--MEDICAL GAS TESTING BASE + 4OYS

Agency:
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159075823694094
Posted Date: Mar 6, 2024
Due Date: Mar 8, 2024
Source: https://sam.gov/opp/c92c38650c...
Follow
H265--MEDICAL GAS TESTING BASE + 4OYS
Active
Contract Opportunity
Notice ID
36C25224Q0337
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 06, 2024 10:59 am CST
  • Original Response Date: Mar 08, 2024 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 28, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H265 - EQUIPMENT AND MATERIALS TESTING- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    CLEMENT J. ZABLOCKI VA MEDICAL CENTER MILWAUKEE , WI 53295
    USA
Description
The Great Lakes Acquisition Center (GLAC) in Milwaukee, WI is searching for vendors with the capability to provide Medical Gas System Testing to include corrective maintenance at the Clement Zablocki VA Medical Center, 5000 W. National Avenue, Milwaukee, WI.

Contactor shall provide all materials and equipment necessary to inspect, functionally test and perform preventative and possibly corrective maintenance on the medical air dryers and associated alarm panels; master alarm panels; facility wide area alarm panels; dental air compressor system; medical gas pressure outlets. Contractor shall also provide annual inspection, testing and calibration of all medical gas manifold systems; annual purity and particulate testing on oxygen, medical air and nitrous oxide gas system; annual inspection and testing on all zone valve boxes; annual inspection and leak testing of source valves; perform inspection, functionality testing and perform preventative maintenance on surgery instrument air compressor. Contractor will also provide initial inventory and perform testing and evaluation of each medical gas vacuum inlet for proper identification, function flow, latching, cleanliness and vacuum pressure. All work shall be performed to National Fire Protection Association (NFPA) 99 standards.

All interested, responsible sources must submit a brief summary of their capabilities to this office by 2:00 PM LOCAL/Central on Friday, March 8, 2024 to include detailed description of the firm s experience in providing this service, UEI number, name and phone number of a point of contact in case further information is needed. Summaries must be submitted via email to susan.pasholk@va.gov. Telephone inquiries will not be returned.

This RFI is issued solely for information and planning purposes to determine availability of qualified vendors and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. The procurement will be competed under NAICS 811210. Please note that this is not a request for proposal and the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents.

NOTE:
Limitations on Subcontracting

13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states:
(a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that:
(1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.

For an SDVOSB set-aside, similarly situated means other SDVOSB firms. Â Â Â Â

Look for any further information on opportunities.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 06, 2024 10:59 am CSTSources 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 >