Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2025 SAM #8571
SOURCES SOUGHT

66 -- 635 NCO 19 Labs New Temperature and Humidity Sensors, Brand Name or Equal To

Notice Date
5/13/2025 10:52:14 AM
 
Notice Type
Sources Sought
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25925Q0410
 
Response Due
5/21/2025 2:30:00 PM
 
Archive Date
06/20/2025
 
Point of Contact
KaDarius Griffin, Contract Specialist, Phone: 405-456-5851
 
E-Mail Address
Kadarius.Griffin@va.gov
(Kadarius.Griffin@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Veterans Affairs, VHA, Network Contracting Office (NCO) 19 Rocky Mountain Acquisition Center is seeking potential sources that shall provide the following equipment, installation, and service located at the following multiple VA locations: 1. Yukon CBOC - 1808 Health Center Parkway, Yukon, OK 2. South Clinic 7917 Mid America Blvd Oklahoma City, OK 3. Clinton CBOC 315 W Gary Blvd Clinton, OK 4. 14th Street Clinic - 1301 NE 14th Street Oklahoma City, OK 5. OKC Main Campus 921 NE 13th Street Oklahoma City, OK 6. Tinker VA Clinic 7050 Air Depot, 72nd Medical Group, Suite 2K10 Tinker AFB, OK 7. Lawton Main 4303 Pitman St. Bldg. 4303 Ft Sill, OK 8. Ardmore Clinic 1235 12th Ave NW Ardmore, OK 9. Lawton North Clinic 2640 Minor Rd Ste 2640 Ft Sill, OK 10. Wichita Falls Clinic 2600 Central E Fwy Ste 180 Wichita Falls, TX Item Description QTY 1 Lumity Wireless Data Logger with Temp/Humidity Module (NIST Calibration Certificate Included) Item Code: 16977-025 Brand Name or Equal To 41 2 Lumity Wireless Data Logger with 1 solid simulator temperature probe (NIST / ISO 17025 Calibration Certificate Included) Item Code: 16971-025 Brand Name or Equal To 5 Equipment Requirements: The contractor shall supply the following equipment: Room-Level Temperature and Humidity Sensors: Temperature Range: 10 26°C Humidity Range: 10 80% Refrigerator Temperature Sensors: Temperature Range: 2 8°C Transmitters: 900 MHz wireless transmitters required for each site. Must be compatible with VA-installed Cisco 9300 switches. Sensor Calibration: Sensors must be capable of onsite calibration and recertification. Must meet NIST and ISO 17025 VFC certification standards. Calibration certificates must be electronically stored within the system. NCO 19 is performing market research to determine if there is a sufficient number of qualified (1) Service-Disabled Veteran-Owned Small Business (SDVOSB); (2) Veteran-Owned Small Business (VOSB); (3) Small or emerging small business firms who can fulfill the requirement; and (4) Large businesses. This Sources Sought notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 13. All SDVOSB, VOSB, small and large businesses capable of fulfilling the requirement are invited to respond. NAICS code to be used for this acquisition is 334513. All interested firms who can MEET and FULFILL the requirements stated in the Summary of Requirements below should respond, in writing, with the following information: In response to this announcement, please provide the information below. If this information is not provided, then it will be assumed the entire requirement cannot be met: NAICS Code: 334513 Company Name: Address: UEI (Unique Entity ID) Number: Contact Name: Phone No.: Email: Business Size Information - Select all that applies: Small Business Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HUBZone Woman Owned Certified Service-Disabled Veteran Owned Small Veteran Owned Small Business Large Business FSS/GSA Contract Holder: Yes No FSS/GSA Contract Number: Effective Date/ Expiration Date: Proposed solution is listed and available on the above FSS/GSA Contract: Yes No Available pricing structure of proposed solution (select all that are applicable below): Pricing Model Please Indicate Availability Below: (Yes / No / NA) All on FSS Open Market only Mix of FSS & Open Market Federal Acquisition Regulation (FAR) Market Rearch Questions: Buy American Act (FAR 52.225) What percentage of the proposed product (including leases) is a: Domestic end product? _____________ (%) Foreign end product? _______________ (%) Questions for Small Businesses ONLY: Limitations on Subcontracting (FAR 52.219-14) What percentage of the work would be subcontracted to another company? ________ If > 0, what is company s business size: __________ If subcontracting, what added value do you offer (FAR 52.215-23): _______________________________ Nonmanufacturer Rule (FAR 52.219-33): Does your company manufacturer these proposed items? [� ] yes [� ] no Does your company exceed 500 employees? [� ] yes [� ] no If yes, list # of employees: _________ Does your company primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied? [� ] yes [� ] no Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? [� ] yes [� ] no Does your company supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. [� ] yes [� ] no If yes, what is the manufacturer s name? ________________ The information submitted shall contain the company s business size status. This is a request for information and sources only, which may or may not lead to a future solicitation. This is not a request for quote (RFQ). No questions will be answered. The VA will not pay for any information received resulting from this source sought notice. Requests for copies of a solicitation shall not be honored or acknowledged. Information should be forwarded to the Contracting Specialist. If your organization can provide all services of this potential requirement and is interested in this opportunity, please respond to Kadarius Griffin, Kadarius.Griffin@va.gov, Contracting Specialist, Department of Veterans Affairs, NCO 19, 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111 and NCO19lab@va.gov � with a statement describing your capabilities and completed table above. The capability statement shall include a point of contact, complete mailing address, telephone number, email address and state the company s business size status. The deadline for this information to be received is Wednesday, May 21st, 04:30pm Central Standard Time, 05/21/2025. PHONE CALLS NOT ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0390b23c02f34b60a81122ac0745ea43/view)
 
Place of Performance
Address: Oklahoma City Veteran Affairs Medical Center 921 NE 13th St, Oklahoma City 73104
Zip Code: 73104
 
Record
SN07441869-F 20250515/250513230056 (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.