SOLICITATION NOTICE
79 -- Commercial/Housekeeping Floor Care Equipment
- Notice Date
- 8/25/2023 4:15:36 PM
- Notice Type
- Presolicitation
- NAICS
- 325612
— Polish and Other Sanitation Good Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q1634
- Response Due
- 9/1/2023 4:00:00 PM
- Archive Date
- 10/01/2023
- Point of Contact
- ISRAEL GARCIA, CONTRACT SPECIALIST, Phone: 562-826-8000
- E-Mail Address
-
ISRAEL.GARCIA2@VA.GOV
(ISRAEL.GARCIA2@VA.GOV)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW FAR 15.201(e), 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 325612 (size standard of 900 employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide Commercial Floor Care Equipment that at a minimum meet the brand name and/or can possibly provide an equal product for the VA Long Beach Healthcare System. Located in Long Beach, CA. Brand name Information: Manufacturer: NACECARE Part Number: Nomenclature: RBV 150NX Backpack battery Vacuum, Duplex DP 420 Multi-surface cleaner, TGB 2228 traction drive scrubber, TGB 516 NX walk behind scrubber Model Number: RBV 150NX, DP 420, TBG 2228, TBG 516 (Any other information): Equal to product Information: Salient Characteristics: Backpack battery Vacuum brand name or equal to: RBV 150NX Backpack battery Vacuum brand name or equal to: Nacecare RBV 150NX Backpack battery Vacuum Salient Characteristics of Equipment Required: Backpack battery Vacuum must have a weight no more than 15 lbs. and be battery powered. Backpack battery Vacuum must have a 6 qt. capacity recovery tank. Backpack battery Vacuum must have a minimum of 90 minutes of run time on a single charge. Backpack battery Vacuum must have battery compatible with TGB516NX back vac and 244nx scrubber. Walk behind Carpet scrubber brand name or equal to: Duplex DP 420 Multi-surface cleaner 14 inch floor scrubber brand name or equal to: Nacecare Duplex DP 420 Multi-surface cleaner Salient Characteristics of Equipment Required: Walk behind floor scrubber must have a 14 cleaning path. Walk behind scrubber must have a 1.6 Gal. solution capacity and 1 Gal. recovery tank capacity. Walk behind floor scrubber must have the ability to clean carpet, grouted ceramic, textured surfaces, and rubberized floors. Walk behind floor scrubber must provide a minimum of 57lbs. pad down pressure. Walk behind floor scrubber brand name or equal to: TGB 2228 walk behind scrubber 28-inch floor scrubber brand name or equal to: Nacecare TGB 2228 traction drive scrubber Salient Characteristics of Equipment Required: Walk behind floor scrubber must have a 28 cleaning path and be battery powered. Walk behind scrubber must have a 22.5 Gal. solution capacity and recovery tank capacity. Walk behind floor scrubber must have a minimum of 3.5 hours of run time on a single charge. Walk behind floor scrubber must provide a maximin of 110lbs. pad down pressure Walk behind floor scrubber brand name or equal to: TGB 516 NX walk behind scrubber 16-inch floor scrubber brand name or equal to: Nacecare 516 NX scrubber Salient Characteristics of Equipment Required: Walk behind floor scrubber must have a 16 cleaning path and be battery powered. Walk behind scrubber must have a 5 Gal. solution capacity and recovery tank capacity. Walk behind floor scrubber must have a minimum of 60-80 minutes of run time on a single charge. Walk behind floor scrubber must provide a maximin of 60lbs. pad down pressure. Walk behind floor scrubber must have battery compatible with RBV150nx back vac and 244nx scrubber. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, 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 your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items being referenced above? If applicable, please provide the manufacturer name and business size. (4) Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin. (5) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re 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 sub contract 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 sub contracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) 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. (10) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items"" meet all the salient characteristics. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to israel.garcia2@va.gov. Telephone responses will not be accepted. Responses must be received no later than 09/01/2023 by 04:00PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d3f90255c788479cbeb05d89eab71435/view)
- Place of Performance
- Address: Department of Veterans Affairs Northern Arizona VA Healthcare System 500 HW 89N, Prescott, AZ 86313-5001, USA
- Zip Code: 86313-5001
- Country: USA
- Zip Code: 86313-5001
- Record
- SN06808186-F 20230827/230825230106 (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 |