Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

W -- LEASE OF MOBILE TRAILERS FOR COVID TESTING MAINE AND OTHER LOCATIONS IN NEW ENGLAND

Notice Date
11/20/2020 10:30:27 AM
 
Notice Type
Presolicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24121Q0099
 
Response Due
11/25/2020 1:30:00 PM
 
Archive Date
12/25/2020
 
Point of Contact
Cory Dionne, Contracting Officer, Phone: 860-666-6951 X 8341
 
E-Mail Address
cory.dionne@va.gov
(cory.dionne@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A REQUEST FOR QUOTE. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as quotes, nor will any award be made as a result of this Request for Information (RFI). Any information provided by businesses to the Government is strictly voluntary. The Government will NOT be responsible for any costs incurred by interested businesses responding to this RFI. The purpose of this notice is to conduct market research only. DESCRIPTION OF REQUIREMENT The purpose of this requirement is to lease with the option to buy multiple insulated utility trailers during the COVID 19 Pandemic throughout the state of Maine in support of Togus VAMC in Augusta, ME. Although this requirement is currently only for our Maine Healthcare System the VA is seeking information for a vendor or vendors available to provide this to all of our New England locations. A list of locations will be provided in any future Performance Work Statements. Contract requirements to allow for a lease of 12 months from the date of installation with a possible 4 option years to continue with the option to buy. The selected vendor(s) will deliver completely assembled mobile trailers including lights, HVAC, and ensure all systems are functional at time of delivery to the specified sites. The vendor must provide up to 6 hours training on the trailers use if necessary. The vendor must also provide around the clock (24/7) contact availability in the case of any maintenance issues and provide repairs within a 24-hour window to any Maine locations including Bangor, Calais, Caribou, Lewiston, Saco, Portland, Rumford and Togus. Vendor will be responsible for any site repairs and maintenance of trailers, HVAC, lighting, propane generators and other systems provided at delivery. Trailers must be aluminum construction with minimum limited lifetime warrantee. Prior to delivery, vendor will coordinate with VA Emergency Management to ensure inspection and acceptance is available. For our Maine HCS locations eight (8) trailers will need to be delivered individually as finished from the factory but take no longer than 11 weeks from date of award to deliver all requirements. Future orders would also use an 11 week lead time from award to installation. Generator will need to meet the following specs: 5KW + Inverted power, propane fuel, and low decibel sound Structure will need to meet the following specs: Must be aluminum construction Integrated Frame 24 Stone guard on front Box Length on six (6) trailers 18 feet and on two (2) trailers 20 feet Box Height inside 76 53 V Nose 2-3k Axles torsional Braked 15 tires Exterior LED lighting on both sides LED Lighting inside trailer Roof Vent 32x72 paddle handle Curbside RV door 4 total per trailer 2 Head of wheels and 3 behind wheel wells Rear Ramp door with Spring assist Fully Insulated Heat package 40k propane heater in heater box mounted in V Noise 20# propane tank White Luan Ceilings While Luan Walls 110-volt power package with 60-amp breaker box w converter and motor base plug 2 3-way wall switches 4 LED wrap around lights on the interior 13.5k AC Unit roof mounted Desk over wheel wells 110v outlets every 3 feet on wall 16-foot acrylic fabric Electric Awnings on both sides of trailer Spare tire Stabilizer jacks 5k inverted clean power propane generator low decibel Rubber coated flooring Prior Government contract work is not required to submit a response under this RFI synopsis. The intent of the project is to award a firm fixed price purchase order agreement for one base year and four possible option years with the possibility to award a single or multiple BPA based on location. The NAICS Code is 532490 and the size standard is $35 million.  This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) capable of performing the requirements to warrant a solicitation set-aside. However, all Small Business entities should be encouraged to respond. Registration may be accomplished at https://www.vip.vetbiz.va.gov/. All interested firms must be registered in VETBIZ.GOV and Verified by VA CVE and registered in SAM to be eligible for award of Government contracts. Interested parties responding to this RFI shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to technical capability of performance for requirements to include references with current point of contact and phone number); (3) Approximate lead time for delivery of this type of equipment requested in this RFI to 1. Togus and/or 2. Other sites within New England. (4) companies seeking preference based on being a veteran owned business concern must provide proof of registration in the VA Vet Biz. The response date to this RFI notice is November 25, 2020 at 4:30 PM EST. This market research is for informational and planning purposes only to determine if a SDVOSB/VOSB or a small business set-aside is appropriate. This is not a solicitation and does not obligate the Government to issue a solicitation. Please be advised the Government will not pay any costs for responses and information submitted. Electronic submissions are acceptable via cory.dionne@va.gov. This announcement constitutes an official Request for Information (RFI) as defined by FAR 15.201(e). RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this RFI notice who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this RFI notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2bb0987b865a46cb94b916977e7deb49/view)
 
Place of Performance
Address: Togus VAMC 1 VA Center, Augusta 04330-6796, USA
Zip Code: 04330-6796
Country: USA
 
Record
SN05857995-F 20201122/201120230143 (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  © 1994-2020, Loren Data Corp.