Description
This is a Special Notice for commercial items prepared in accordance with FAR Subpart 5.2, Synopsis of Proposed Contract Actions. This announcement constitutes the only Notice of Intent
(NOI) to Sole Source (SS) and synopsis of proposed action. The Department of Veterans Affairs Michael E. DeBakey VA Medical Center (MEDVAMC) Network Contracting Office (NCO) 16 intends to
issue and award a Sole Source single award Firm-Fixed Price type contract. The Government wishes to enter into a contract with a base year and two (2), one-year pre-priced options, not to
exceed (NTE) three (3) years in total to be exercised at the Government s discretion at the MEDVAMC, located at 2002 Holcombe Boulevard, Houston, TX 77030. It has been determined that
through initial Market Research, only 1 (one) responsible source can provide the requirements as identified below. The contract will be a Firm Fixed Price single award. The statutory
authority for this non-competitive acquisition as implemented by FAR 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements . The North
American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing, with a business size standard of 1000 employees, and
the FSC/PSC is 6515 Medical and Surgical Instruments, Equipment and Supplies. The Department of Veterans Affairs intends to solicit and award IAW FAR 8.004 a sole source firm fixed price
purchase order award to provide annual preventive maintenance at the Michael E. DeBakey VA Medical Center (MEDVAMC). THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS OR QUOTATIONS.
A SOLICITATION WILL NOT BE POSTED. Telephone requests will not be honored. No award will be made based on quotes or offers received in response to this notice. All responsible sources may
identify their interest to meet this requirement to Doug Collins by 4:00 pm (CST), Tuesday, Sept 11th. Additionally, any response to this notice must show clear, compelling, and
convincing evidence that competition will be advantageous to the government by providing the following: 1.Business Size and Socio-Economic Status: (a) Indicate whether your business is
large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group
and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub zone firm (e) Indicate if your firm is a woman-owned or operated
business (f) Indicate if your firm is a VIP verified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your
firm. (h) State whether your firm is registered with the System for Award Management (SAM) at www.sam.gov and/or the SBA VetCerts Registry at https://veterans.certify.sba.gov/. If not,
please NOTE: any future solicitation could only be awarded to a contractor who is registered in SAM. To receive award based on VOSB or SDVOSB status you must be registered in the SBA
VetCerts Registry. The intent of this notice is for informational purposes only. Interested parties may submit information for consideration by the government to: douglas.collins@va.gov
no later than the response due date/time identified above. All responses received by the closing date specified herein will be considered by the Government, any response to this notice
must show clear and convincing evidence that the responding company can provide the same services by the required date. However, a determination by the Government to not compete is solely
within the discretion of the Government.