SOURCES SOUGHT
J -- Philips Imaging Systems Preventive Maintenance
- Notice Date
- 9/29/2025 3:59:20 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q1535
- Response Due
- 10/6/2025 10:00:00 AM
- Archive Date
- 11/05/2025
- Point of Contact
- Ositadima Ndubizu, Contract Specialist Intern, Phone: (562) 766-2252
- E-Mail Address
-
ositadima.ndubizu@va.gov
(ositadima.ndubizu@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 oblige the Government to award a contract. Responses to this sources 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. VA Greater Los Angeles Healthcare System located at 11301 Wilshire Blvd, Los Angeles, CA 90073 is seeking a contractor to provide coverage for Phillips medical imaging systems located at the Northern Arizona VA Healthcare System. The agreement includes provisions for both preventive and corrective maintenance for the systems listed below. Site ID Model Coverage Catalog # 76890930 MobileDiagnost w DR Release 2 712004-SVC0131 75940496 MobileDiagnost w DR Release 2 712004-SVC0131 74297024 DigitalDiagnost 4.3 712031-SVC0150 76324300 CombiDiagnost R90 709030-SVC0150 709030-SVC0150- SVC00548 85462071 DigitalDiagnost C90 712034-SVC0150 712034-SVC0150- SVC00548 The vendor must be an authorized service provider for Phillips equipment The contractor must provide the following coverage: 98% uptime guarantee for each contract year. This provides assurance of the equipment availability to scan patients, as described in the uptime guarantee exhibit. Will provide financial compensation, such as credits toward future invoices, in the event of excessive downtime. Labor and travel coverage for on-site service 8:00 am - 9:00 pm, Monday - Friday, excluding published holidays. Preferential Scheduling of service calls for service contract customers. On-site Response, Must be on-site within 4 hours, per Contract Officer Representatives request. Planned maintenance coverage from 8:00 am 9:00 pm, Monday Friday, excluding published holidays. Coverage includes activities performed according to a schedule to review safety, image quality, calibrations, equipment cleaning, performance trials and any other planned service prescribed. Preferred rates for labor and travel. This includes reduced hourly rates for labor and travel for corrective or planned maintenance outside of Service Agreement coverage hours. Standard parts coverage. This provides coverage on parts used to maintain and repair the equipment, including both hardware and software items. Earliest next day a.m. parts delivery. This provides delivery in most areas that can be accommodated by 8:30 am to meet the urgency of your need. X-ray tube(s) included on all systems except for PCR and CAD Chest systems Image Intensifier(s) included on R/F Systems, except for Juno, CombiDiagnost, and ProxiDiagnost. Operating system software and hardware reliability updates. This includes on-site or remote labor, travel and parts necessary to complete safety, performance and reliability modifications to existing equipment software or hardware. Discount on any items selected from Philips Life Solutions catalog, excluding power monitoring, as listed in the coverage catalog number. Customer Care Solutions Center: 24/7 technical phone support. Remote Diagnostics Philips Service Information. Available upon request, this contains important service management reports through a secure Internet site. Information on equipment service status, historical service performance, engineer response time, and planned maintenance schedules is available. If you are interested and can provide 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 811210? (4) Does your company have an FSS contract with GSA or 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 811210 ($34 Million). Responses to this notice shall be submitted via email to Ositadima.ndubizu@va.gov. Telephone responses will not be accepted. Responses must be received no later than 10/06/2025 10:00 AM PST. After reviewing the responses to this sources sought announcement, a solicitation may be published on the FedBizOpps 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 Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f858ece4746b4424a9367c9476d3ec1f/view)
- Place of Performance
- Address: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073, USA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN07607832-F 20251001/250929230045 (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 |