SOURCES SOUGHT
70 -- Suncheck Quality Management Machine and Services
- Notice Date
- 7/3/2025 6:45:16 AM
- 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
- 36C26225Q1115
- Response Due
- 7/18/2025 12:00:00 PM
- Archive Date
- 08/17/2025
- Point of Contact
- Anette Doan, Contracting Officer, Phone: 562-766-2200
- E-Mail Address
-
Anette.Doan@va.gov
(Anette.Doan@va.gov)
- Awardee
- null
- Description
- Page 2 of 2 THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1000 Employees). Responses to this sources-sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources-sought, a solicitation announcement may be published. Responses to this sources-sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide the below requirement. The contractor shall provide and be responsible for the shipment and delivery to VA Long Beach Health Care System at 5901 E. 7th Street, Long Beach, CA 92841. Item Information: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA __________________ __________________ SUN NUCLEAR QUALITY MANAGEMENT PACKAGE TO INCLUDE: (QTY 2) SUNCHECK MACHINE 0002 1.00 PK COMPREHENSIVE DAILY, MONTHLY, AND ANNUAL MACHINE QA TEST AND DATE MANAGEMENT WITH ANALYSIS, TRENDING AND REPORTING FOR MLC & VMAT QA. 0003 1.00 PK REMOTE SOFTWARE INSTALLATION UNITS-INSTALLATION SERVICES FOR COMPLETE PRODUCT CONFIGURATION AND VERIFICATION. 0004 1.00 PK REMOTE PROJECT MANAGEMENT- REMOTE PROJECT MANAGEMENT UNITS 0005 EDUCATION UNITS- ON-SITE AND ONLINE TRAINING GRAND TOTAL __________________ Performance Characteristics: Comprehensive and complete daily, monthly and annual machine quality assurance (QA), used in Radiation Oncology. Uses direct connect to collect data and automated image analysis. Easy to set up, in real-time, reducing clinical time on the linac and eliminating the chance for mistyped data while in use. Software Compatibility: Windows 10 or 11 Pro-Server Windows 2022 (Recommended). Browser-based application, accessible from any networked PC with simplified application maintenance. Connectivity to Daily QA 3. Connectivity to IC Profiler. Licensing: Including software and measurement tools required TG-142. Product Information: Technology ensures safety and quality of equipment use, as well as impacts efficiency and functionality of medical linear accelerator performance. In addition, must follow accreditation compliance ASTROs APEx (VHA Directive 1156 Accreditation of VHA Radiation Oncology Services). Display: Direct connect to collect data with key devices and automated image analysis. Equipment provides a single location to store all test results for compliance with AAPM TG-142. Purpose: All aspects of the linear accelerator are verified for patient safety and the prescribed tumor dose and healthy tissue must be extremely accurate. This equipment ensures the complex linear accelerator performance is within standards, increasing treatment accuracy and imaging quality. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the product that fulfills the required specifications. If you are interested and capable of providing the sought-out supplies, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the 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. (2) Is your company considered small under the NAICS code (339112) identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Anette.doan@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 07/18/2025, at 12:00 p.m. Pacific Standard Time (PST). If a solicitation is issued it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c8e0bcc47ab04fa49deb221379a33ce6/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Long Beach Healthcare System 5901 E. 7th Street, Long Beach 92841, USA
- Zip Code: 92841
- Country: USA
- Zip Code: 92841
- Record
- SN07499262-F 20250705/250703230042 (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 |