SOURCES SOUGHT
71 -- VA Tucson B4 Acoustic Office Pods
- Notice Date
- 2/19/2025 9:01:53 AM
- Notice Type
- Sources Sought
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q0331
- Response Due
- 2/24/2025 10:00:00 AM
- Archive Date
- 03/26/2025
- Point of Contact
- Adrienne Brown, Contracting Officer, Phone: 951-601-4536
- E-Mail Address
-
adrienne.brown4@va.gov
(adrienne.brown4@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the supplies described below. Contract Title: Southern Arizona VA Healthcare System (SAVHS) requires acoustic office pods. Background: SAVHS has a requirement for requires acoustic office pods with professional installation and maintenance/warranty services. Scope: The vendor shall manufacture and deliver the required uniform items as required by SAVHS as needed. The items will be inspected for acceptance and all accepted items will be received. Requirements/Salient Characteristics: See Statement of Work (SOW) See attachment A - MTRs Services: Vendor will provide installation services. � Deliverables: Line Item Description Part Number Unit of Measure Quantity 0001 POPPIN POD, KOLO 1 PLUS, V2022, WHITE, SEATS 1 PPN108947 EA 2 Equal to: 0002 LOCKING HANDLE 3660117 EA 2 Equal to: 0003 INSTALLATION EA 1 See Statement of Work (SOW) See attachment A - MTRs NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics is outlined above #4 Requirements/Salient Characteristics. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award. For equivalent servers other than items mentioned herein, offerors may create additional line items for additional feature/accessories required to meet the salient characteristics above. Offerors must include the brand name and model# if different than listed below and must provide product brochures and evidence that the equivalent brand meets the requirement. No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM. Performance Monitoring Laundry Plant Manager Other Pertinent Information or Special Considerations. None Place of Performance. Phoenix VA Healthcare System 650 E Indian School Road Phoenix, AZ 85012 Period of Performance. One year after award - Plus four option years Items being offered must be in compliance with the Buy American Act. If you are interested and are capable of providing the required supplies, please provide the following information. (1) Company Name, Address, Point of Contact (2) 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. (3) Is your company considered small under the referenced NAICS code? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing and product lead time for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. (8) Are the items offered American made? If not, what is the country of origin? (9) Are you the manufacturer of the item? If not, what company manufactures the item and if known, what is the business size? The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 337214 (1,100 employees). Responses to this notice shall be submitted via email to Adrienne.Brown4@va.gov. Telephone responses will not be accepted. Responses must be received no later than 2/24/2025 10:00 AM Pacific Local Time. After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with U.S. Small Business Administration (SBA) located at http://veterans.certify.sba.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4e80f5c250c14145afae30d085ff778c/view)
- Place of Performance
- Address: Department of Veterans Affairs Southern Arizona VA Health Care System 3601 S 6th Ave, Tucson, AZ 85723, USA
- Zip Code: 85723
- Country: USA
- Zip Code: 85723
- Record
- SN07347405-F 20250221/250219230039 (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 |