SOURCES SOUGHT
63 -- Digit Pole
- Notice Date
- 2/22/2019
- Notice Type
- Synopsis
- NAICS
- 922120
— Police Protection
- 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
- 36C26219Q0418
- Response Due
- 2/28/2019
- Archive Date
- 3/30/2019
- Point of Contact
- RYAN.SINGLETARY@VA.GOV
- Small Business Set-Aside
- N/A
- Description
- RFI 36C26219Q0418 Responses must be received no later than THURSDAY, FEBRUARY 28, 2019 at 12:00 p.m. PST. 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 922120. 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 Speed Awareness Displays that at a minimum meets the following salient characteristics with a brand name or equal product for the VA Greater Los Angeles Healthcare System: Pole Mounted Speed Awareness Displays Solar Powered with Traffic Statistics capability and shall include installation, optimization and customer training Purpose: To provide and install speed awareness displays to enhance pedestrian and driver safety throughout the various campuses in the Los Angeles regional service area, The system shall be 18 inch high LED display with fixed speed signage, incorporate ambient light sensing to adjust LED output for night and daytime operation, battery and 100 watt solar powered operation. Programming shall be via Bluetooth using either tablets or PC s, a handheld infrared programming remote control shall be incorporated into the PMD housing. Installation Location: All installation work is to take place on Veteran Affairs/Federal Government property utilizing existing GFE traffic sign, street lighting or similarly available tubing, wooden, concrete, steel or aluminum poles. Systems are 12 volt and will not be connected to 120VAC systems. All equipment will be mounted, locked and secured in such a manner as to minimize casual vandalism. All materials necessary to provide a functioning and operation system designed to meet the intended application shall be included in quotation. If installation is purchased then the required battery shall be supplied as part of the installation quotation. PMD, solar panel and hardware shall have a one (1) year factory warranty, installation labor shall be warranted for 90 days after completion of complete system installation and customer acceptance. LINE ITEM DESCRIPTION QUANTITY ITEM NUMBERS 1 2 Digital Pole Mount, Disp. 100w Solar 10 829-0016-00 COM 2 Traffic Statistic software Package 10 3 Metal Tamper-Proof Battery Box 10 200-1046 4 PMD Battery Cable 10 10 155-2406-00 5 Your Speed Sign Front 10 200-0969-00 6 Installation 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. 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 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 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 Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than THURSDAY, FEBRUARY 28, 2019 at 12:00 p.m. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0418/listing.html)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;VA GREATER LOS ANGELES HEALTHCARE SYSTEM;ATTN: WAREHOUSE;11301 WILSHIRE BLVD.;LOS ANGELES, CA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN05230648-F 20190224/190225090959 (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 |