Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2022 SAM #7407
SOURCES SOUGHT

23 -- Towable Drop Trailer (mobile vaccine clinic)

Notice Date
3/10/2022 11:27:52 AM
 
Notice Type
Sources Sought
 
NAICS
532120 — Truck, Utility Trailer, and RV (Recreational Vehicle) Rental and Leasing
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25222Q0416
 
Response Due
3/20/2022 2:00:00 PM
 
Archive Date
04/04/2022
 
Point of Contact
Stacy Massey, Contracting Officer, Phone: 4148448400
 
E-Mail Address
Stacy.Massey@va.gov
(Stacy.Massey@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation, obligation or commitment by the Government. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to obtain information from qualified sources with special interest relative to the North American Industry Classification Code (NAICS) 339113, Surgical Appliance and Supplies Manufacturing, 336120, Heavy Duty Truck Manufacturing, 336212, Truck Trailer Manufacturing, and/or 336214, Travel Trailer and Camper Manufacturing. The Government will not pay for information received in response to this Sources Sought, nor will the Government compensate any respondent for any cost incurred in developing the information provided. Information provided in response to this market survey will be used for informational purposes only and will not be released. Contractor participation is not a promise of future business with the Government. Requirement The VA Great Lakes Health Care System, Veterans Integrated Services Network (VISN) 12, Tomah VA Medical Center, Emergency Management & Facilities Service, located at 500 E. Veterans Street, Tomah, WI 54660-3105 is seeking to purchase a towable full drop trailer to be used as a mobile vaccine clinic. Specific salient characteristics for the mobile vaccine clinic are still being researched. General requirements determined thus far are listed below. General specifications: Trailer should be roughly 20 L x 8 W; Trailer should include trailer chassis, trailer deck, trailer enclosure and a load distribution hitch; Trailer should drop to the ground and return up for towing as one complete unit under electric or hydraulic power ; Trailer must be ADA compliant when completely lowered; Trailer should be equipped with two mini-split HVAC heating and cooling units; Trailer should have sliding glass doors on both sides measuring no less than 60"" wide; Trailer should have one solid door at the rear; Trailer should be equipped with a complete electrical system to include interior and exterior lighting; Trailer should have no less than four outlets for a total 8 individual plugs; Trailer interior and exterior lighting should be LED flood or brighter; Trailer should include hard canopies that extend from both sides measuring a minimum of 72"" wide; Power should come from no less than a 12kw diesel generator with the capability for shore power where variable; Trailer should include interior upper cabinetry no less the four feet wide over each wheel well; Trailer should have solid surface countertops measuring no less than 160"" over each wheel well; Trailer should have an enamel ceiling and walls that can be cleaned with hospital grade disinfectant; and Trailer should have custom VA exterior graphics. Contractor will be responsible for delivery and staff training regarding equipment capability It is the responsibility of the interested party to demonstrate to the government the interested source can and/or exceed the desired general specifications. For market research purposes please provide: Detailed capabilities of the proposed mobile/trailer unit Floorplans, schematics and technical information Warranty information Estimated delivery timeline In addition to the above the Sources Sought responses must include the following information: Company name, address, point of contact and email address Size status and representation/s of the company (i.e., Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.) Is the company considered a small business under the NAICS code 339113, 336120, 336212, and/or 336214, identified under this RFI? Does the company manufacturer the referenced items or products being offered? What is the manufacturing country of origin of these items? If an authorized distributor/reseller response must include documentation from the manufacturer confirming authorization to distribute the referenced items and/or products being offered. Does the company alter; assemble; modify; the referenced items and/or products being offered any way? If so, state how and what is altered; assembled; modified? Does the company have a current federal contract (i.e., GSA, NAC , SAC, NASA SEWP etc.)? If so, provide the contract type, number and expiration date. If the company has a current federal contract, are the referenced items and/or products being offered available on the contract? Please provide general pricing for referenced items and/or products being offered for market research purposes. The deadline to respond is March 20, 2022, at 5:00pm (E.S.T). Questions should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. As a reminder, this is a Sources Sought announcement only. THE VA IS NOT SEEKING OFFERS OF ANY KIND. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a particular set-aside or sole source award, or any other guarantee of award strategy. All information is to be provided on a voluntary basis at no charge to the Government. Interested vendors are reminded that in accordance with FAR 4.1102(a) Offerors and quoters are required to be registered in SAM at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements. Registration is available at www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2acb29eb6afc430da0bea7c980edb0b0/view)
 
Place of Performance
Address: Department of Veterans Affairs Tomah VA Medical Center Emergency Management & Facilities Service 500 E. Veterans Street, Tomah, WI 54660-3105, USA
Zip Code: 54660-3105
Country: USA
 
Record
SN06264048-F 20220312/220310230111 (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.