Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2025 SAM #8605
SOURCES SOUGHT

65 -- STERILIZER CONTROLLER DISPLAY

Notice Date
6/16/2025 2:30:26 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q1031
 
Response Due
6/30/2025 4:00:00 PM
 
Archive Date
08/29/2025
 
Point of Contact
Ismael Vicente, Contract Specialist
 
E-Mail Address
ismael.vicente@va.gov
(ismael.vicente@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this source sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. The VA Greater Los Angeles Healthcare System requires the purchase of two Sterilizer Controller Display. VA Greater Los Angeles Healthcare System is located at 11301 Wilshire Blvd Los Angeles, CA 90073, and is the expected place of delivery. The prospective contractor must be Brand Name or Equal parts specifications provided in the Salient Characteristic document. Quantity: 2 Display PanelView 6 600 General Requirements: The equipment shall be installed by Steris in both steam sterilizers in buildings 113 and 114 WLA VA Scope: Contractor shall provide all parts, labor, supervision, and delivery of the equipment listed Specific Tasks: Provide and deliver the listed equipment, Steris to install the displays per manufacturer's specifications Performance Monitoring - Routine inspections by Facilities Personnel and regular preventative maintenance by Steris. Security Requirements: Day passes will be provided to the technicians Government-Furnished Equipment / Government-Furnished Information: There will not be any government furnished equipment. Other Pertinent Information or Special Considerations: N/A Risk Control: Research facilities staff will coordinate with Steris for access to the restricted Research buildings and proper installation; with VA Engineering assistance if necessary Place of Performance: VA-WLA, Buildings 113, 114. Period of Performance: Contractor shall complete the delivery and installation within 30 calendar days of award. Images is for example only: If you are interested and are capable of providing the required service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) 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. (3) Is your company considered small under the NAICS code 339112? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. 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. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses. However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 339112 (1000 employees). Responses to this notice shall be submitted via email to Ismael.vicente@va.gov . Telephone responses will not be accepted. Responses must be received no later than 06/30/2025 16:00 PST. Items being offered must be in compliance with the Buy American Act. After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veteran The Buy American Act Applies to this procurement ;(BAA) (41 U.S.C. ยงยง 8301 8305) is the primary law addressing domestic content preferences in Federal procurement. It provides a preference for the purchase of domestic supplies (or domestic end products) and domestic construction materials. The implementing regulations for the BAA in the Federal Acquisition Regulation (FAR) provide a two-part test for determining if an end product (that does not consist wholly or predominantly of iron or steel or a combination of both) qualifies as a domestic end product: (i) the end product must be manufactured in the U.S.; and (ii) effective October 25, 2022 more than 60 percent of the cost of its components must be mined, produced, or manufactured in the U.S.1 The domestic content threshold increased to 60 percent on October 25, 2022, further increases to 65 percent in calendar year 2024, and 75 percent in calendar year 2029. In the event no domestic products can meet the new thresholds or the cost to acquire them would be unreasonable, there is a 55 percent fallback threshold in effect from October 25, 2022 through December 31, 2029. For end products consisting wholly or predominantly of iron or steel or a combination of both, the cost of domestic components must be 95 percent to qualify as a domestic end product. 2 The FAR provides similar standards for domestic construction materials.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/914bc03c3ba04f2f90a66bbdc678372a/view)
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073
Zip Code: 90073
 
Record
SN07479597-F 20250618/250616230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.