Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2023 SAM #7778
SOURCES SOUGHT

89 -- Bottled Drinking Water Sources Sought

Notice Date
3/13/2023 10:41:35 AM
 
Notice Type
Sources Sought
 
NAICS
312112 — Bottled Water Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q0478
 
Response Due
3/20/2023 1:30:00 PM
 
Archive Date
05/19/2023
 
Point of Contact
David Valenzuela, Contract Specialist, Phone: N/A, Fax: N/A
 
E-Mail Address
david.valenzuela2@va.gov
(david.valenzuela2@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 312112, (Bottled Water Manufacturing) with a size standard of 1,000 employees. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing 5-gallon water and dispensers at various locations per the Performance Work Statement below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 4:30 PM EST, 20 March 2023. All responses under this Sources Sought Notice must be emailed to david.valenzuela2@va.gov with RFI #36C24123Q0478 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 PERFORMANCE WORK STATEMENT with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 DRAFT PERFORMANCE WORK STATE Department of Veterans Affairs (VA) Connecticut VA Campus s Water Supply Delivery Description: The VA Connecticut Healthcare System is seeking a qualified vendor to provide all services and delivery to install and supply water coolers (dispensers) with hot and cold functions with cup holding capability, 5-gallon water jugs combatable with the water coolers, 8-Oz recyclable plastic water cups combatable with the water coolers. A contract shall be awarded for a base year (12-months) with four (4) annual option years to be exercised at the discretion of the Contracting Officer. General Information: Scope: Each location shall receive an initial delivery of water coolers, water jugs and 8 Oz disposable recyclable plastic cups as well as two weekly replenishments of stocked items, CBOC s will only be replenished as needed. (Tuesday & Thursday), if a holiday should fall on a delivery day the delivery shall be made the following facility business day Any deviation of delivery day or times shall be coordinated with the facility POC in advance. Contractor shall be responsible for installing water dispensers and delivering materials to specific locations at each facility. All faulty/damaged water coolers shall be removed and replaced at the next delivery day at no additional charge to the Government. The contractor shall remove all debris and empty water jugs at each delivery. The Government reserves the right to add additional water coolers, water jugs and cups to any facilities during this contract at an additional predetermined cost. CBOC s should only receive sleeves of cups or replace as needed. Newington: 200 water dispensers, 320 storage bins for water, 320 5-gallon jugs of water five cases of 8 ounces cups, vendor shall resupply to maintain a full supply Driver shall deliver all supplies to Building 3 ground floor room 3-108B. Delivery shall be made between 8:00 AM EST and 2:00 PM EST, this facility is closed on weekends and Holidays. Address for each location: Newington VA Clinic: 555 Willard Ave Newington CT 06111 Interference to Normal Functions: In the event of an emergency, contractor services may be stopped and reschedule at no additional cost to the government. Debris Removal: The contractor shall remove all waste attributed to the delivery from campuses. All waste material and debris shall be removed off site by the contractor and shall be disposed of in accordance with applicable and Federal regulations. Additional information: The Department of Veterans Affairs is a smoke free environment and smoking, vaporing or drugs is not permitted at any facility. COVID-19 Precautions: COVID-19 precautions can potentially change at any time, contractors shall be required to follow current COVID-19 regulations. It is encouraged that the vendor communicates with the requirement POC prior to arrival on station to seek precaution guidance. Records Management: Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cffc5d144c3c4db8b28ad8cf62d597ee/view)
 
Place of Performance
Address: Newington VA Clinic 555 Willard Ave Newington CT 06111
 
Record
SN06616868-F 20230315/230313230113 (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.