Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2022 SAM #7651
SOURCES SOUGHT

71 -- 598-23-1-8300-0006 CLC Open Market Mobile Receptions (VA-23-00015950)

Notice Date
11/9/2022 4:31:30 PM
 
Notice Type
Sources Sought
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25623Q0116
 
Response Due
11/16/2022 9:00:00 AM
 
Archive Date
12/16/2022
 
Point of Contact
Latonya Mack, Contract Specialist, Phone: 601-206-6964
 
E-Mail Address
Latonya.Mack@va.gov
(Latonya.Mack@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI 1. Title: CLC Open Market Mobile Receptions- Little Rock VA Medical Center 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following: Model / Part Number Item /Description of Supplies/Equipment Qty 1. 1D neighborhood nurses station Basis of design swiftspace mobile reception station L shape SS180D4190L4118R solo straight 8x2 overall height: 41""L 41""R length per side: 90""L, 18""R work surface height: 29"" footprint when open: 96""L x 24""R semi-clear poly in all uppers panel finish: standard swiftspace laminate (river cherry) surface finish: standard swiftspace laminate (designer white) SSTR90 transaction top - 90"" left side - fixed standard - Solo SS180D2918L2990R Social + Straight 2x8 overall height: 20""L 29""R length per side: 18""L, 90""R work surface height: 29"" footprint when open: 24""L x 96""R panel finish: standard swiftspace laminate (river cherry) surface finish: standard swiftspace laminate (designer white) Vertical wood grainSSCC18 18"" Aluminum Caster Cover SSCC90 90"" Aluminum Caster Cover SS180D4118L4190R Solo Striaght 2x8 overall height: 41""L 41""R length per side: 18""L, 90""R work surface height: 29"" footprint when open: 24""L x 96""R semi-clear poly in all uppers panel finish: standard swiftspace laminate (river cherry) surface finish: standard swiftspace laminate (designer white) vertical wood grain SSTR90 transaction top - 90"" right Side - fixed standard - Solo SSCC18 18"" Aluminum Caster Cover SSCC90 90"" Aluminum Caster Cover SSPB (3 Qty) PowerBar 6 outlets, 4 USB charging ports and 15ft power cord. One per station SSBF Box/File Mobile Pedestal on Casters with locks Dimensions: 15""W x 22""D Height: 22"" can fit under worksurface Standard Platinum EA 1E Neighbor hood nurses station Basis of design Swift space Reception Space SS180D4178L41184R solo straight 7X2 overall height: 41""L 41""R length per side: 78""L, 18""R work surface height: 29"" footprint when open: 84""L x 24""R semi-clear poly in all uppers panel finish: standard swiftspace laminate (river cherry) surface finish: standard swiftspace laminate (designer white) SSTR78 transaction top - 78"" left side - fixed standard - Solo SSCC78 78"" Aluminum Caster Cover SSCC18 18"" Aluminum Caster Cover SS180D4118L4178R Social +Straight 2x7 overall height: 41""L 41""R length per side: 18""L, 78""R work surface height: 29"" footprint when open: 24""L x 84""R panel finish: standard swift space laminate (river cherry) surface finish: standard swiftspace laminate (designer white) SSTR78 transaction top - 78"" Right Side - fixed standard - Solo SSCC18 18"" Aluminum Caster Cover SSCC78 78"" Aluminum Caster Cover SS90D4166L2966R Solo/Social 6x6 - No Cockpit overall height: 41""L 29""R length per side: 66""L, 66""R work surface height: 29"" footprint when open: 72""L x 72""R panel finish: standard swiftspace laminate (river cherry) surface finish: standard swiftspace laminate (designer white) vertical wood grain SSTR66 Transaction Top - left side - Fixed Standard Specify station SSCC66 66"" Aluminum Caster Cover SSPB (3 Qty) Power Bar SSBF Box/File Mobile Pedestal on Casters with locks Dimensions: 15""W x 22""D Height: 22"" can fit under Worksurface Standard Platinum EA 3C Neighborhood nurses station Basis of Design Swiftspace Reception Space L shaped SS180D4190L4118R solo straight 8X2 overall height: 41""L 41""R length per side: 90""L, 18""R work surface height: 29"" footprint when open: 96""L x 24""R semi-clear poly in all uppers panel finish: standard swiftspace laminate (river cherry) surface finish: standard swiftspace laminate (designer white) vertical wood grain S SSTR90 transaction top - 90"" Left Side - fixed standard - Solo SSCC90 90"" Aluminum Caster Cover SSCC18 18"" Aluminum Caster Cover SS180D4118L4190R Social + Straight 2x8 overall height: 41""L 41""R length per side: 18""L, 90""R work surface height: 29"" footprint when open: 24""L x 96""R semi-clear poly in all uppers panel finish: standard swiftspace laminate (river cherry) surface finish: standard swiftspace laminate (designer white) vertical wood grainSTR90 transaction top - 90"" right side - fixed standard - Solo SSCC18 18"" Aluminum Caster Cover SSCC90 90"" Aluminum Caster Cover SS180D4118L4166R Solo Straight 2x6 overall height: 41""L 41""R length per side: 66""L, 18""R work surface height: 29"" footprint when open: 72""L x 24""R vertical wood grain panel finish: standard swiftspace laminate (river cherry) surface finish: standard swiftspace laminate (designer white) SSTR66 Transaction Top right side - fixed standard - specify station SSCC66 Aluminum Caster Cover SSPB (3 Qty) Power Bar SSBF Box/File Mobile Pedestal on Casters with locks Dimensions: 15""W x 22""D Height: 22"" can fit under worksurface Standard Platinum EA Removal of existing off site 1 EA Install new furniture 1 EA The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code __ 337215__ is __500 employees_. STATEMENT OF WORK 1.0 GENERAL SCOPE The Veterans Health Administration (VHA) has a requirement for healthcare furniture for Central Arkansas Veterans Healthcare System that meet the furniture specifications and high-quality threshold while integrating excellent environmental stewardship. This requirement includes healthcare furniture and delivery on December2022-. Service required is detailed in the Healthcare Furniture technical requirements per VHA Healthcare Furniture. The Contracting Officer Representative (COR) Healthcare furnishings include mobile receptions The contractor shall provide all labor, materials, equipment, transportation, and supervision necessary to satisfy the needs of each ordering activity. All questions will be coordinated through the contracting officer. Product literature must be provided and cut sheets for each product detail. Late quotes will not be accepted. Furnishings shall have smooth finishes with no hazardous projections, sharp corners, and must be free of scratches and dents. The contractor shall track manufacturing schedules and notify the interior designer with any updates. 2.0 PERFORMANCE REQUIREMENTS The contractor shall provide and be responsible for the technical assistance, development and generation for final specifications. Removal of existing: 1D removal of furniture (2 desks) used at reception. 1E removal of furniture used as reception. 3C removal of furniture used as reception. Furniture delivery will be required starting December 2022 Duty hours will be 8:30 am 3:00 pm. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. The contractor shall: Coordinate and provide project management of all products and services to manage, design, order, ship, deliver and install new furniture from the manufacturer until final acceptance. Prepare and provide as built furniture drawings in PDF and AutoCAD. Provide maintenance manuals for all products specified 4.0 SUBMISSION OF QUESTIONS Questions: All questions must be received by11:00 am November 16, 2022. All questions submitted for this solicitation must be electronically sent to the following email address: LaTonya Mack LaTonya.Mack@va.gov. Questions received after the stated date and time, may be addressed at the discretion of the Contracting Officer. 5.0 EVALUATION CRITERIA Task order will be evaluated on: Bill of Materials with subtotals and tagged per CLIN / floorplan department and room etc. Cut sheets with product detail for each line item. Delivery/Services appropriate to the scope of work. (no pricing included) Project staffing plan appropriate to scope of work Project management plan appropriate to scope of work 7.0 PRODUCT General All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. Furnishings shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing. See attachment for technical requirement of products. (MTRs for Project Sample) 8.0 SERVICES Service required is detailed in General Requirements for Services 1D removal of furniture (2 desks) used at reception. 1E removal of furniture used as reception. 3C removal of furniture used as reception. Design Contract Tasks/Requirements The contractor shall be responsible for providing all sample materials for awarded product (2-Day Delivery) as requested by VA Interior Designer. The product must not be placed into production without clearance from the VA COR. The contractor shall be responsible for taking and applying accurate field measurements to ordered product for verification of correct sizing. AutoCAD drawings may not be accurate finished dimensions and may not be used in place of field measurements. The Vendor shall be liable for any incorrect field measurements leading to incorrect product order. The contractor shall provide final, clean 1/8 scaled drawings of product type for sign-off prior to scheduling manufacturing. The contractor shall track manufacturing schedule and notify VA Interior Designer with updates of estimated completion date by email. The contractor shall track manufacturing schedule and notify VA Interior Designer with updates of estimated completion date by email. The Government maintains the option to modify the normal work week, days and hours, as necessary for the accomplishment of VHA mission. 5. Specific Tasks. None. 6. Training No training is required. 7. Warranty The contractor shall provide a one year manufacturer s warranty on all parts and labor. The warranty shall include all travel and shipping costs associated with any warranty repair. 8. Delivery The vendor shall provide these items during normal business hours and on a non-federal holiday at the following address: Central Arkansas Veterans Healthcare Facility 2200 Fort Roots Drive North Little Rock AR 72114 3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 4. Opportunity/Market Pricing: The Jackson VA Medical Center is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the Jackson VAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. 5. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 1:00pm (CST), Friday, November 10, 2022 via email to latonya.mack@va.gov RFI responses are due by 11:00am (CST), Wednesday, November 16, 2022; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to latonya.mack@va.gov. The subject line shall read: CLC Open Market Mobile Receptions. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by Little Rock VAMC as Market Research and will not be released outside of the Network Contracting Office (NCO) 16. 7. Contact Information: LaTonya G Mack LaTonya.Mack@va.gov Your response to this notice is greatly appreciated!
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6686948cface4b758b8c75841e85dfc5/view)
 
Record
SN06514375-F 20221111/221109230116 (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.