Closed Solicitation · DEPARTMENT OF VETERANS AFFAIRS

    J065--TCGRx Pharmacy Equipment Service Contract Must include software upgrades

    DEPARTMENT OF VETERANS AFFAIRS
    Sol. 36C25625Q0945Sources SoughtRIDGELAND, MS
    Closed
    STATUS
    Closed
    closed May 28, 2025
    POSTED
    May 22, 2025
    Publication date
    NAICS CODE
    339112
    Primary industry classification
    PSC CODE
    J065
    Product & service classification

    AI Summary

    The Department of Veterans Affairs intends to award a sole-source contract to Chudy Group LLC for a full-service maintenance agreement for TCGRx equipment at the Houston VAMC, covering a base year plus four option years. Interested parties must respond by May 28, 2025, and provide documentation of their capabilities, including an OEM authorization letter. Responses should be submitted via email to the Contract Specialist, Andrew Misfeldt, and must demonstrate the ability to meet specified requirements.

    Contract details

    Solicitation No.
    36C25625Q0945
    Notice Type
    Sources Sought
    Posted Date
    May 22, 2025
    Response Deadline
    May 28, 2025
    NAICS Code
    339112AI guide
    PSC / Class Code
    J065
    Contract Code
    3600
    Primary Contact
    Andrew T Misfeldt
    State
    MS
    ZIP Code
    39157
    AI Product/Service
    service

    Award information

    Awardee
    null
    Award Date

    Description

    The Department of Veterans Affairs, Network Contracting Office 16, hereby provides notice of its intent to award a sole-source, firm-fixed price contract, for a base + 4 option years to Chudy Group LLC (SAM UEI NQGBJPMMJYE8), 106 Roche Drive Durham, North Carolina, 27703. The period of performance shall be a base year with 4 option years. The contract will provide a full service and maintenance agreement to properly maintain all TCGRx equipment at the Houston VAMC. NAICS Code: 339112 Surgical and Medical Instrument Manufacturing (SBA Size Standard 1,000). The contractor must fulfill the following requirements: 1. Provide unlimited onsite repair services. a. Provide all needed labor, travel, parts, tools, test equipment, materials, and software needed to complete repairs. b. Follow original equipment manufacturer (OEM) maintenance policies and procedures when performing and completing repairs. c. Complete functional verification and safety checks following repair completion. i. Perform and record the results of an electrical safety test if the applicable device receives electric input over a three-prong cable. ii. Follow OEM maintenance policies and procedures when perform functional verification and safety checks. iii. Repair services may only be conducted during normal business hours. This is between 8AM 6PM, Monday through Friday. 2. Furnish all needed repair parts, components, and accessories. a. Only use OEM approved parts, components, and accessories. 3. Provide and incur all shipping costs, materials, and labels associated with replacement part transport to and from the contractor facility and the VAMC. 4. Provide virtual/telephone technical support between the hours of 8AM and 11PM, Monday through Friday. 5. Respond to emergency calls within one hour. 6. Begin field service dispatch process within a maximum of four hours, if the issue cannot be remediated over the phone. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than May 28th, 2025, at 12:00 PM, Eastern Time (ET). A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. Interested vendors must provide an OEM letter showing they are an authorized OEM repair and service entity. Interested parties are encouraged to furnish information by email only with "RESPONSE TO INTENT TO SOLE SOURCE 36C25625Q0945 TCGRx" in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Specialist, Andrew.misfeldt@va.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements.

    Key dates

    1. May 22, 2025Posted Date
    2. May 28, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    J065--TCGRx Pharmacy Equipment Service Contract Must include software upgrades is a federal contract award from DEPARTMENT OF VETERANS AFFAIRS. Review the award details including the awardee, contract value, and NAICS code.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.