Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2024 SAM #8271
SOURCES SOUGHT

65 -- White Box Controlled Distribution System

Notice Date
7/18/2024 10:15:33 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q1306
 
Response Due
7/25/2024 12:00:00 PM
 
Archive Date
08/24/2024
 
Point of Contact
ISRAEL GARCIA, CONTRACT SPECIALIST, Phone: 562-826-8000
 
E-Mail Address
ISRAEL.GARCIA2@VA.GOV
(ISRAEL.GARCIA2@VA.GOV)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes 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 Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1,000 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing a ABG Systems, White Box Controlled Distribution System that at a minimum meet the brand name and/or can possibly provide an equal product for the Greater Los Angeles Healthcare System located in Los Angeles, CA. Brand name Information: Manufacturer: ABG Systems Nomenclature: WHITE Box 501/1S (dispenser/collector combo) WHITE Basket Gravity Compact WHITE Box 503 WHITE Box 502 LT-56 UHF RFID Tags UHF Pad Software License Model Number: Box 501 Box 503 Box 502 LT-56 (Any other information): Equal to product Information: Salient Characteristics Cabinet Style Scrub Dispensing System Salient Characteristics Equipment must meet these requirements: 1. The system is to be comprised of modules for dispensing, receiving and control to provide flexibility to match specific service area storage requirements. 2. The system must utilize RFID tags on all garments to ensure tracking of inventory and accountability of users. All transactions (dispensing and receiving) must be tracked through the RFID tags. 3. Individual dispensing module dimensions must not exceed 20 w x 23 d x 82 h 4. Each dispensing module shall be configured with one to four doors with a minimum capacity of at least 100 folded scrubs. 5. The dispenser must accommodate bulk loading of folded garments (no additional folding/rolling required) 6. The control module must include an interactive touch screen allowing users to make selections and visualize credit availability. 7. Units must have configurable shelving within each module to enable multiple configuration options. 8. Must not need a badge or keypad interaction to return soiled scrubs beyond inserting soils garments into soiled receiver. 9. The dimensions of soiled scrub receiving modules must not exceed 30 w x 32 d x 80 and must hold a minimum of 80 soiled scrub items. 10. Must have an interface that enables employees to access their available garments through either a key card or a code and will inform operators of the account status and garment availability. 11. The dispenser must work with either code access or a Badge/ID that is registered and approved by both manufacturer and VA Medical Center. 12. System must incorporate a learn mode to provide specific scrub loading recommendations based on historical usage at each service location. 13. Power requirements must be 110 VAC, 60Hz, 3 Amp Max. It must also be compatible with International 240 VAC, 50Hz. 14. IT requirements: a. The system management software must be hosted on a local server with no confidential or patient information maintained. b. The equipment must have the ability to access the server via ethernet, WIFI, and cellular connectivity. 15. Vendor must include linen management and user training at no additional charge. The list of salient characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide 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) Submit your capabilities statement illustrating how your organization can/cannot meet the list of the SALIENT CHARACTERISTICS requirements. For instances where your company cannot meet the SALIENT CHARACTERISTICS requirement(s), please explain. For instances where your company can meet the SALIENT CHARACTERISTICS requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of SALIENT CHARACTERISTICS requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) 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. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SALIENT CHARACTERISTICS? (6) 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). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR ยง 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. If applicable. (15) Does your organization offer a leasing solution? Please elaborate. (16) 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(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) 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. (19) 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 Thursday, July 25, 2024 by 12:00 PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/62b0cdbe417d468d8e13986034206078/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd, Los Angeles 90073-1003, USA
Zip Code: 90073-1003
Country: USA
 
Record
SN07135296-F 20240720/240718230125 (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.