Iowa Bids > Bid Detail

J065--Intent to Sole Source Neuroimaging System Maintenance

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159750495629069
Posted Date: Feb 20, 2024
Due Date: Feb 26, 2024
Source: https://sam.gov/opp/4bfcd528b6...
Follow
J065--Intent to Sole Source Neuroimaging System Maintenance
Active
Contract Opportunity
Notice ID
36C26324Q0401
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 23 (36C263)
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: Feb 20, 2024 12:15 pm CST
  • Original Response Date: Feb 26, 2024 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Central Iowa VAHCS 3600 30th St. , 50310
    USA
Description
This is a Notice of Intent published in accordance with Federal Acquisition Regulation (FAR) 5.101(a)(1) requiring the dissemination of information regarding proposed contract actions. This Notice of Intent is for a proposed award of a sole source, firm-fixed price contract, as authorized by FAR 13.106-1(b) soliciting from a single source. This notice is not a request for competitive quotes.

The Department of Veterans Affairs, Network Contracting Office 23 intends to award a sole source, firm-fixed price contract to CTF MEG NEURO INNOVATIONS, INC., RRBNJAQL5Y18, 17 Fawcett Road Unit 111, Coquitlam, BC v3k 6b2, Canada for proprietary CTF MEG 4D Neuroimaging system support and maintenance to support the Central Iowa VA Healthcare System. VA requires the proprietary support and maintenance services from CTF MEG NEURO INNOVATIONS, INC., because the system is unique or proprietary to CTF MEG NEURO INNOVATIONS, INC. Market research revealed that CTF MEG NEURO INNOVATIONS, INC. is the authorized provider allowed to perform support and maintenance on the CTF MEG 4D Neuroimaging system currently being utilized by the Central Iowa VA Healthcare System. The North American Industry Classification System (NAICS) code for this requirement is 811210 and the service code is J065.

The Government understands that CTF MEG NEURO INNOVATIONS, INC. is the vendor that can provide the requested services. While this synopsis does not constitute a solicitation, interested vendors may identify their interest and capability to satisfy the requirement, including documentation from the proprietary rights holder CTF MEG NEURO INNOVATIONS, INC. that such contractor could provide this service as an authorized reseller, authorized dealer or third party.

All responsible sources may submit a capability statement, which shall be considered by the agency by e-mailing such statement and supporting documentation to Chelsea Henize Himes, Contract Specialist, at chelsea.henizehimes@va.gov, by 10:00am Central Time on February 26, 2024. Such documentation will be reviewed solely for the purpose of determining whether to conduct the procurement on a competitive basis. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.

DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Attachments/Links
Contact Information
Contracting Office Address
  • 316 Robert Street N Suite 506
  • Saint Paul , MN 55101
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 20, 2024 12:15 pm 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 >