Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 18, 2018 FBO #6112
DOCUMENT

71 -- Furniture Order/Project - Attachment

Notice Date
8/16/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218U0020
 
Response Due
8/21/2018
 
Archive Date
10/20/2018
 
Point of Contact
Rosetta Quintons
 
E-Mail Address
6-2262<br
 
Small Business Set-Aside
N/A
 
Description
This is NOT a solicitation announcement. This is a sources sought synopsis only for market research. The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113 (size standard of 750 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 CLC Dressers for the VA Long Beach Healthcare System. 1. TH-M3438DR BE2 A2S B2N EN3 VF N8 H2X Carolina Theatre 4-Drawer Dresser TFL Blonde Maple Chassis & Drawers | 3DL English Walnut Top Radius Edge | Spill Groove | Duet Nickel Pulls Straight Rail Base | Top Locking Drawer - Key Specific 100 each 2. TH-M1721BC1 BE2 A2S B2N EN3 VF N8 H2X Q6 Carolina Theatre Bedside Cabinet, 3 drawers TFL Blonde Maple Chassis & Drawers | 3DL English Walnut Top Radius Edge | Spill Groove | Duet Nickel Pulls Three Drawer Liners Straight Rail Base | Top Locking Drawer - Key Specific 100 each Shipping for routine delivery orders NTE $249 per order The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, 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 identified under this source sought announcement? (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 regards 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 rosetta.quintons@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, August 21, 2018 at 12 Noon, PST. If a solicitation is issued it shall be announced at a later date, 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. Notice: No remanufactures or gray market items/supplies will not be acceptable. Interested parties of RFQ must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be accordance with the OEM terms and conditions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218U0020/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218U0020 36C26218U0020.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547431&FileName=36C26218U0020-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4547431&FileName=36C26218U0020-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05040503-W 20180818/180816231228-98a4277792e8ffb234921a730e261cab (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.