Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2024 SAM #8303
SOURCES SOUGHT

66 -- Steam Trap Tester | NCO 4 Commodities 1

Notice Date
8/19/2024 10:19:07 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0962
 
Response Due
8/26/2024 9:00:00 AM
 
Archive Date
09/10/2024
 
Point of Contact
Olivia Osborne, Contract Specialist, Phone: 412-860-7204
 
E-Mail Address
olivia.osborne@va.gov
(olivia.osborne@va.gov)
 
Awardee
null
 
Description
This is Not a Solicitation Announcement. This is a Request for Information Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Since this is Request for Information announcement, no evaluation letters and/or results will be issued to respondents. No solicitation exits. Therefore, do no request a copy of a solicitation. The Department of Veterans Affairs VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified/verified Businesses capable of meeting requirement and salient characteristics below to provide the James E. VanZandt VA Medical Center (Altoona VAMC) with two(2) Brand Name or Equal D1104 Armstrong UMT automatic Steam Trap Testers. AUTOMATIC STEAM TRAP TESTER STATEMENT OF NEED Background: The Department of Veterans Affairs, James E. VanZandt VA Medical Center, has a brand name or equal requirement for two(2) D1104 Armstrong UMT automatic steam trap testers to simplify the process of checking the function of a steam trap. The Plumbing shop at James E. VanZandt VA medical Center needs to monitor steam traps pre-VA directive 1810. We are looking to shorten this process with equipment that can simplify the job by reducing man hours and increasing the accuracy of determining the function of the trap. The Armstrong UMT automatic trap tester is a state-of-the-art piezo electric acoustic sensor developed and tuned specifically for the unique conditions found in steam traps. The acoustic sensor coupled with a non-contact infrared temperature sensor makes testing steam traps as simple as pressing a button. This piece of equipment will be used throughout the VA campus that uses steam (buildings 1, 2,3,7 and 32). We are required to manage our steam traps on a monthly basis and this would simplify our process on managing around 300 traps. Scope of Work: Salient Features (Brand Name or Equal): Offeror shall provide the following Brand Name or Equal items: two(2) each - UMT automatic trap testers #D1104 with the following salient characteristics: Piezoelectric acoustic sensor, developed and tuned specifically for the unique conditions found in steam traps No calibration requirements and an Easy-to-hold, ergonomic handle with rubberized ribbed grip. Customers must own their data. Non-contact infrared temperature sensor. 10 hour rechargeable battery. two (2) each - UMT holster two (2) each - UMT charger two (2) each - UMT case two (2) each - wrist straps Miscellaneous Information: Offeror shall provide warranty information for both automatic steam trap testers. Delivery: All items must be FOB Destination, 30 Days ARO, to the following location: James E. VanZandt VA Medical Center (VA Purchase order #) Attn: Warehouse 2907 Pleasant Valley Blvd Altoona, PA 16602 Monday Friday from 6:30am 4:00pm ------------------------------------------------------------------------------------------------------------------------------- Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 334519 Other measuring and controlling device manufacturing, The Small Business Size Standard for this NAICS code is 600 employees. Please answer the following questions: (1) Please indicate the size status and representations of your business in accordance with the NAICS code _______, 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 the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract?  If so, please include the schedule number.  (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?  If not, provide additional information shown below.  This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.  Does your company exceed 500 employees  Primarily engaged in the retail or wholesale trade and normally sells 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;   Provide the items of a small business (4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).  (5) If your company is 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 subcontract 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) 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.  (8) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?  (9) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.  (10) Please provide your UEI number.  *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics.  This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via email to Contract Specialist Olivia Osborne at olivia.osborne@va.gov no later than 12:00 PM Eastern Standard Time on August 26, 2024. This notice will help the VA in determining available potential sources only.  Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.     If a solicitation is issued, information will be posted on SAM.gov web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award.  This notice does not commit the government to contract for any supplies or services.  The government will not pay for any information or administrative cost incurred in response to this Request for Information.  Information will only be accepted in writing via email. 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.  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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0d33f007af724687b65ed328aebdef81/view)
 
Place of Performance
Address: James E. VanZandt VA Medical Center Altoona VAMC 2907 Pleasant Valley Blvd, Altoona 16602, USA
Zip Code: 16602
Country: USA
 
Record
SN07176815-F 20240821/240819230124 (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.