Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2021 SAM #7322
SOURCES SOUGHT

65 -- 542-22-1-1000-0019 | 36F79721D0152 MIDMARK DIGITAL LOCK

Notice Date
12/16/2021 6:42:30 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0216
 
Response Due
12/23/2021 6:00:00 AM
 
Archive Date
02/21/2022
 
Point of Contact
Edward Ferkel, Contract Specialist, Phone: 570-332-2888
 
E-Mail Address
edward.ferkel@va.gov
(edward.ferkel@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE Midmark Digital Lock This is a sources sought notice only and it is not a solicitation announcement. The purpose of this sources sought notice is to gain knowledge of qualified, potential contractors and their socioeconomic size classification in accordance with NAICS code 339113, Surgical Appliance and Supplies Manufacturing. Responses will be used by the government to make appropriate acquisition decisions. After a review of the responses to this sources sought notice, a solicitation announcement may be posted. A response to this sources sought notice is not an adequate reply to a potentially forthcoming solicitation. The Department of Veterans Affairs, Network Contracting Office 04, RPOE, Wilkes-Barre VAMC, 1111 East End BLVD, Wilkes-Barre, PA. 18711, in support of the Wilmington VA Medical Center, 1601 Kirkwood Highway, Wilmington DE 19805, is conducting market research to identify authorized Service Disabled Veteran Owned Small Business (SDVOSBs), Veteran Owned Small Business (VOSBs), Small Business or Large Business that can provide the following Brand Name equipment: Item Product Number Description Qty Unit of Measure 1 002-1972-00 102-Reception-18""w cart w File Drwr 002-1972-00 KIT, BC DRAWER LOCK, DBL, KEYLESS, 2-2""/1- 4"", 30W 5 EA 2 002-1971-04 18"" w 3 drawer cart 002-1971-04 KIT, BC DRAWER LOCK, SGL, KEYLESS, 34"" 18 EA 3 002-1971-04 All Drawer 34"" H Base Unit 002-1971-04 KIT, BC DRAWER LOCK, SGL, KEYLESS, 34"" 2 EA 4 002-1976-00 Double Door Base Unit 002-1976-00 KIT, BC DOOR LOCK, DBL, KEYLESS, S/P/T 2 EA 5 002-1983-02 Double Door OH 002-1983-02 KIT, KEYLESS RETROFIT, RH 21 EA 6 002-1977-01 LH single door OH 002-1977-01 KIT, OC DOOR LOCK, SGL, KEYLESS, S/P/T, LH 1 EA 7 CHRG-INST Non Union Lock Install CHRG-INST INSTALLATION FEE 1 EA 8 002-1975-01 Single Door Base Unit - LH 002-1975-01 KIT, BC DOOR LOCK,SGL,KEYLESS,S/P/T,LH 1 EA 9 002-1975-00 Single Door Base 002-1975-00 KIT,BC DOOR LOCK,SGL,KEYLESS,S/P/T,RH 1 EA 10 002-1971-01 Single Drawer Base Unit 002-1971-01 KIT, BC DRAWER LOCK, SGL, KEYLESS, 2-2""/1-4"" 2 EA (1) Please indicate the size status and representations of your business in accordance with the NAICS code 339113, 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 the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract?  If so, please include the schedule number.  (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?  If not, provide additional information shown below.  This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.  Does your company exceed 750 employees  Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;    Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;   Provide the items of a small business (4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).  (5) If your company is 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) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job.  (7) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.  (8) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?  (9) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.  (10) Please provide your DUNS number.  *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics.  This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via email to edward.ferkel@va.gov no later than 9:00 AM Eastern Standard Time on December 23, 2021. This notice will help the VA in determining available potential sources only.  Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action.  All questions will be addressed by the Contractor Specialist, Edward Ferkel.   All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.     If a solicitation is issued, information will be posted on the Contracting Opportunities web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award.  This notice does not commit the government to contract for any supplies or services.  The government will not pay for any information or administrative cost incurred in response to this Request for Information.  Information will only be accepted in writing by e-mail to Contracting Specialist Edward Ferkel at edward.ferkel@va.gov 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.  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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c0727770f32244cc8b90bec95e2bc24c/view)
 
Place of Performance
Address: West Norriton CBOC 2495 General Armistead Ave., Suite 1, Norristown 19403, USA
Zip Code: 19403
Country: USA
 
Record
SN06199784-F 20211218/211216230121 (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.