SOURCES SOUGHT
N -- Mobile Range Modification (VA-19-00077374)
- Notice Date
- 7/17/2019
- Notice Type
- Synopsis
- NAICS
- 339999
— All Other Miscellaneous 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
- 36C26219Q0995
- Response Due
- 7/22/2019
- Archive Date
- 8/21/2019
- Point of Contact
- Contract Specialist
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT 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 33999(size standard of 500 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 modifications to an existing Mobile Firing Range for the VA Greater Los Angeles Healthcare System: Statement of Work 1. Contract Title. Mobile Firing Range Modifications 2. Background. The Los Angeles Veteran s Administration Police (VAPD) owns a 106 long, two-unit Mobile Range, manufactured by Laser Shot, Inc. The current configuration is their original three-lane layout and includes sound attenuating foam on the side walls. The VAPD is experiencing an undue amount of wall strikes on the side walls of the range, which is tearing the sound attenuating foam off the walls. 3. Scope. The VAPD requests that the middle lane be removed (target system and shooting divider) and that the remaining two lanes be re-centered in the space, thus changing the units from a three-lane live-fire range to a two-lane live-fire range. In addition, the VAPD also requests installment of intermittent wall deflectors on the side walls down range which will redirect errant shots off of the walls and back toward center, into the bullet trap. VAPD has requested that the sound attenuating foam on the side walls, which has become shredded and detached from the walls, be removed and replaced with more durable 1 ballistic rubber tile. 4. Specific Tasks. 4.1 Task 1 Remove Sound Attenuating Walls Remove sound attenuating foam from the side walls beginning at the point where bullet strikes are tearing it, and continuing downrange to the bullet trap on both side walls 4.1.1 Subtask 1 Remove Lane Remove one lane of the installed overhead monorail target system, including the track, mounts, target carrier, drive unit, individual control unit and shooters booth divider with its appurtenances. 4.1.2 Subtask 2 Reconfiguration Relocate the remaining two lanes of target system and shooting divider so that they are centered laterally within the space. The controllers will be reprogrammed/re-designated as necessary as Lane 1 and Lane 2. Countertop extensions will be supplied if necessary. 4.1.3 Subtask 3 - Install deflectors and attenuating foam Install (weld) a minimum of two floor-to-ceiling wall deflectors fabricated from 3/8 AR500 steel, and angled properly (less than 30 degrees) off the wall. Replace the previously removed sound attenuating foam with ballistic rubber tiles, matching those already installed on the up-range side walls, near the firing line Deliverables: 4.1 Task 1 - Remove Sound Attenuating Walls 4.1.1 Subtask 2 - Remove Lane 4.1.2 Subtask 2 - Reconfiguration 4.1.3 Subtask 3 - Install deflectors and attenuating foam 5. Performance Monitoring The government will monitor work by inspection and request a daily summary be given to COR or COR designee at the end of each work day. 6. Security Requirements Contractor will be escorted by VAPD Training personnel for access to facility. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). 8. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. b. Identification of Potential Conflicts of Interest (COI). c. Identification of Non-Disclosure Requirements. d. Packaging, Packing and Shipping Instructions. VA will handle all removed foam installation and dispose of it according to California Environmental regulations. e. Inspection and Acceptance Criteria. The COR will inspection work being done daily with contactor providing a daily summary to COR or COR designee. 10. Place of Performance. 11301 Wilshire Blvd Bldg 222 Los Angeles, Ca 90073 11. Period of Performance: One year from award date Brand Name or Equivalent to: FIRM FIXED PRICE ONE YEAR PURCHASE ORDER Line Item Item Number Description QTY UNIT UNIT PRICE TOTAL PRICE 1 N/A Mobile Range Modification/Repairs See above for Statement of Work. 1 EA $ $ TOTAL PRICE $__________ 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 RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) 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 number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) 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? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses to this notice shall be submitted via email to Carol.Evans3@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, July 22, 2019 at 4:00 p.m. PDT. 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 sources sought. Responses to this sources sought 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 (17-JUL-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/36C26219Q0995/listing.html)
- Place of Performance
- Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Blvd.;Los Angeles
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN05372566-F 20190719/190717230023 (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 |