SOURCES SOUGHT
42 -- 460-23-2-704-0008 | Emergency Management Decon Equipment | NCO 4 Commodities 3 (VA-23-00058462)
- Notice Date
- 5/15/2023 8:34:34 AM
- Notice Type
- Sources Sought
- NAICS
- 315990
— Apparel Accessories and Other Apparel Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24423Q0844
- Response Due
- 5/19/2023 12:00:00 PM
- Archive Date
- 06/18/2023
- Point of Contact
- Keri Hester, Contract Specialist, Phone: 412-822-3774
- E-Mail Address
-
keri.hester1@va.gov
(keri.hester1@va.gov)
- Awardee
- null
- Description
- The following is a Sources Sought/Request for Information notice. This posted notice is not a Pre- Solicitation or Solicitation document. The government is not currently soliciting bids, quotes or proposals at this time; however, reserves the right to do so at a later date. The Wilmington VAMC, Wilmington, DE 19805, has a requirement for decontamination equipment to support the facility s response in the event contaminated patients arrive at their facility. Equipment and characteristics required: Thirty (30) pairs of men s mid-calf rubber boots: Certified to NFPA 1990 standards for chemical and HAZMAT cleanup. Must meet ASTM F2413 M/I/C EH for Steal Toe Impact and Compression Steel midsole that meets or exceeds ASTM F2413 PR, steel shank in midsole to protect the wearer from puncture wounds Electric Hazard Protection 100% Waterproof Quantity Men s Size 4 6 4 7 4 8 4 9 4 10 4 11 2 12 4 13 Six (6) 6-packs, collared disposable chemical suits for individual wear: Certified to NFPA 1992 Standard Tested and passed the ASTM F16701 and ASTM 16712 Standards Respirator Fit Hood Internal composition: Multi-layer Laminate External composition: Neoprene Attached socks with outer boot flaps Quantity Men s Size 2 SM/MD 2 LG/XL 2 1X/2X Thirty-six (36) 18-inch, 22 mil, green nitrile gloves: Quantity Men s Size 12 MD 12 LG 12 XL 8 Litter conveyor: Minimum width 24 Maximum width 3 ft 6 inches Minimum Length 84"" Maximum height 3/8"" Board should be made of Polypropylene for easy decontamination Litter Conveyor Transfer Board: Maximum Width 3 ft 6 inches Length Expandable from minimum of 12 ft and maximum of 16 ft. Must be rated for patients Must be able to handle a maximum weight of at least 300 lbs. Should be rated to use in wet environment without degrading any of the capabilities. (I.E., rollers should have sealed or protected bearings) Ten (10) rolls of chemical resistant seam sealing tape meeting ASTM F 739 Standards. Two (2) rolling security carts: Maximum Load Capacity: 2,000 lb Door Style: Double Hinged Door Number of Shelves: 4 adjustable Caster/Wheel Configuration: (2) Rigid; (2) Swivel Caster Wheel Dia.: Minimum of 6 in Must be lockable, can be via padlock Maximum Height: 56-1/2 in Maximum Length: 54-1/2 in Maximum Width: 30 in Twelve (12) large duffle bags: Heavy duty cotton canvas Carrying strap required 2 handles on top 2 Side handles Minimum length: 36 inches Minimum width: 21 inches Full length zipper Two (2) chemical resistant, decontamination able door blockers. ALL WORK TO BE COMPLETED AT THE FOLLOWING LOCATION: Wilmington VA Medical Center 1601 Kirkwood Highway Wilmington, DE 19805 ALL INTERESTED PARTIES MUST ALSO HAVE AN ACTIVE REGISTRATION IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE. TO REGISTER, PLEASE VISIT WWW.SAM.GOV. Responses to this notice shall include: Company Name Address Point of Contact Phone Number Email Address DUNS Number CAGE Code Tax ID Number ** Note: In accordance with the U.S. Supreme Court decision regarding Kingdomware, service disabled veteran owned (SDVOSB) and veteran owned (VOSB), who are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide these services shall be verified in VetBiz Registry as follows to be considered: http://www.vip.vetbiz.gov/. Process in 38 U.S.C. 8127(d) whereby a contracting officer of the Department shall award contracts on the basis of competition restricted to small business concerns owned and controlled by veterans, if the contracting officer has a reasonable expectation that two or more small business concerns owned and controlled by veterans will submit offers, and that the award can be made at a fair and reasonable price that offers the best value to the United States. For purposes of this VA specific rule, a service-disabled veteran-owned small business (SDVOSB) or a veteran-owned small business (VOSB), must meet the eligibility requirements in 38 U.S.C. 8127(e), (f) and VAAR subpart 819.7003 and be listed as verified in the Vendor Information Pages (VIP) database. Please provide answers to all questions below regarding your firm s Socio-Economic status pursuant to North American Industrial Classification Code (NAICS) 315990: 1. Is your business a small business under NAICS 315990? YES ______ NO ______ 2. Is your firm a Veteran-Owned Small Business? YES ______ NO ______ 3. Is your firm a Service-Disabled Veteran-Owned Small Business? YES ______ NO ______ 4. Is you firm a certified HUB Zone firm? YES ______ NO ______ 5. Is your firm a Woman Owned business? YES ______ NO ______ 6. Is your firm a Large Business? YES ______ NO ______ 7. Do you have a GSA/FSS schedule for these items? YES______ NO______ Schedule Number: ___________________ Expiration Date: _____________________ Please provide a capability statement as well as any relevant literature addressing your organizations ability to supply the required items. Also, please include a point of contact name, phone number and email address. Note: Questions regarding this notice should be addressed to Victoria Roberts via email only. NO PHONE CALLS WILL BE ACCEPTED REGARDING THIS REQUIREMENT. Please submit all responses to this notice via e-mail to: Keri Hester Contract Specialist keri.hester1@va.gov Responses to this Sources Sought Notice are required by no later than Friday, May 19th, 2023 at 15:00 pm EST. If you are interested in submitting a response to this posting, please ensure to submit a Brochure/Specification Sheet for the product offered as well as indicating the brand.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/96f5eee20d1c41ac953a6a68d0950282/view)
- Place of Performance
- Address: Wilmington VAMC 1601 Kirkwood Highway, Wilmington 19805
- Zip Code: 19805
- Zip Code: 19805
- Record
- SN06683085-F 20230517/230515230119 (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 |