Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOURCES SOUGHT

72 -- window treatments

Notice Date
7/16/2020 5:41:22 AM
 
Notice Type
Sources Sought
 
NAICS
337920 — Blind and Shade Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26320Q0603
 
Response Due
7/23/2020 8:00:00 AM
 
Archive Date
08/22/2020
 
Point of Contact
Sara M Hanson, Contracting Officer, Phone: 320-654-7607
 
E-Mail Address
Sara.Hanson@va.gov
(Sara.Hanson@va.gov)
 
Awardee
null
 
Description
Sources Sought - BRAND NAME OR EQUAL Window Treatments NAICS Code: 337920 Sources Sought Number: 36C26320Q0603 Notice Type: Sources Sought This is a Request for Information (RFI) only; it is not a request for quotations or offers. 52.215-3 -- Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: conducting market research to identify potential sources for a potential procurement of BRAND NAME OR EQUAL Window treatments as indicated below at the Minneapolis VA Health Care System See attached item specifications This is a request for information and sources only, which may or may not lead to a future solicitation. This is not a request for proposal (RFP). The VA will not pay for any information received resulting from this sources sought notice. Information should be forwarded to the Contract Specialist. Any questions should be addressed to the Contract Specialist, in writing, at the email address provided. Because this is a request for information only, answers to questions will not be posted. If your organization has the capability to provide these supplies/services and is interested in this opportunity, please respond to Sara Hanson, Contract Specialist, Network 23 Contracting Office (NCO23), 4801 Veterans Drive St. Cloud, MN 56303 or via e-mail at Sara.Hanson@va.gov. Please address the following in your responses: Point of contact, DUNS Number, complete mailing address, telephone number, and email address for your company/entity. Socioeconomic status of your company/entity. If applicable - GSA/FSS/ECAT/NASA SEWP contract number that these products or services are available under. Product information/specifications of the systems that you can provide that meet the requirements of the DRAFT Specification-Statement of Work. Proof of Authorized Distributorship for any product that is not manufactured by your company/entity. **Please note that the government will not accept any gray market items. Manufacturer Information of the product that your company/entity can provide to include: Manufacturer Name, Address, and DUNS Number. 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. In accordance with 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. The deadline for this information is 10:00 AM Central Time on, Thursday July 23, 2020. STATEMENT OF WORK / SALIENT CHARACTERISTICS / DESCRIPTION SALIENT CHARACTERISTCS Roller Shade Type: Mounting: Surface Mounted with Wall Angle Brackets and Fascia Configuration: Single Roller Shades Solar Shadecloth Fabric: Crosshatch R, R300, 3% open Color: C8212 Eggshell/Fog Shadecloth: Long lasting: Fabric options range from 0-100% opaque and 0- 14% open. Manufacturer must offer range of openness within proposed solution so we may have options that match this procurement and allow options for future installations. Heat gain prevention: shading coefficient range of .21 to .74, which helps cool staff while maintaining lower operating costs. GREENGUARD certified: must meet Environmental Institute s chemical emissions standards. Gold certification and FR rated NFPA 701. Solar and blackout shade fabric collections are antistatic, fade and stain resistant, and pass NFPA 701-1999 FR, and ASTM-G21 and G22. Shades with railroaded fabric may have heat-sealed seams. Fully-enclosed heat-sealed hem pocket is standard. Fabric options also include an Antimicrobial Protection that will prohibit antibacterial and antifungal growth. C. Controls & Tubes: Proposed solution to be manual chain operation; chain length to be long enough for users to easily reach and operate at the windows. 1. Tube sizes include 1-1/2"", 2"", and 2-1/2"" diameters. 2. Tubes are extruded aluminum engineered with a channel to accept fabric spline. 3. Tube diameters and wall thickness provide optimal performance and minimal deflection. (Dimensions are determined by manufacturer based on fabric selection and shade size.) 4. The TrueTrack Spline keeps fabric straight on tube, minimizing fabric tracking and creasing. Our unique co-extruded spline is heat-welded to the fabric, providing a secure attachment to the tube while allowing easy removal of the fabric band. D. Shade Fabrication: 1. Fabricate units to completely fill existing openings from head to sill and jamb to jamb. Intermediate brakes to be centered on mullions. Any oversized windows (or windows that extend across multiple workstations), there are a few areas; to be handled with individual window treatments versus one large one. E. Components: 1. Access and Material Requirements: Provide shade hardware allowing for the removal of shade roller tube from brackets without removing hardware from opening and without requiring end or center supports to be removed. Provide shade hardware that allows for removal and re-mounting of the shade bands without having to remove the shade tube, drive or operating support brackets. Manual Operated Chain Drive Hardware and Brackets: Proposed solution to be manual chain operation; chain length to be long enough for users to easily reach and operate at the windows. Clutch mechanism is glass-reinforced polyester thermopolymer (PBT) for wear resistance, smooth operation, and corrosion resistance. The clutch mechanism is inserted in the roller tube at manufacturing. The mechanism is bidirectional and does not require adjustment or lubrication. The control loop is a 10-pound stainless steel bead chain with bead stops attached to the chain to protect the shade from over-rotation. The lift assist system is a heavy-duty torsion spring located inside the roller tube. This mechanism reduces the pull force, allowing easy lifting of larger shades. Color coordinated brackets blend seamlessly with fascia, unlike visible zinc-plated brackets. Installation brackets are 16-gauge, corrosion-resistant, stamped steel, and can accommodate overhead, side, and face mounting. Brackets are powder-coated and available in white, vanilla, gray, or black. F. Accessories Fascia: Continuous removable extruded aluminum fascia that attaches to shade mounting brackets without the use of adhesives, magnetic strips or exposed fasteners, fully conceal brackets, shade roller and fabric on the tube. 3"" and 4"" fascia front and back. 7-5/8"" dual shade fascia. Reverse roll fascia. Floorplans: Plans provided as a reference only, awarded vendor to conduct field measurement to confirm size of each window (historical building so there are fluctuations) for proper fit & finish. Windows to be included within this procurement are reflected in RED boxes. Lower Level (phase 1) (21) total windows in this area approximate sizes below: (6) 32 W x 65 H (2) 40 W x 55 H (9) 40 W x 55 H (2) 38 W x 36 H (4) 40 W x 44 H Main Level (phase 1) (23) total windows in this area approximate sizes below: (23) 34 W x 64 H Attic Level (phase 1) (14) total windows in this area approximate sizes below: (14) 34 W x 55 H Lower Level (phase 2) (9) total windows in this area approximate sizes below: (3) 43 W x 60 H (5) 43 W x 60 H (1) 36 W x 36 H Main Level (phase 2) (35) windows in this area approximate sizes below: (1) 13 W x 50 H (1) 32 W x 60 H (7) 34 W x 62 H (1) 40 W x 60 H (23) 45 W x 60 H (1) 58 W x 60 H (1) 62 W x 60 H Attic Level (phase 2) (9) windows in this area approximate sizes below: (2) 34 W x 55 H (5) 36 W x 33 H (2) 34 W x 55 H
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/834544c6e1684515be4f257d4af6cc9b/view)
 
Place of Performance
Address: Minneapolis VA Health Care System 6330 Bloomington Rd St, Saint Paul 55111
Zip Code: 55111
 
Record
SN05724217-F 20200718/200716230204 (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 |
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.