Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2014 FBO #4467
DOCUMENT

65 -- REQUEST FOR INFORMATION Tri-Regional Ramp Procurement - Attachment

Notice Date
2/14/2014
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Service Area Office, Central Region 10F;708 South Third Street;Suite 108E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA240C14Q0006
 
Archive Date
3/16/2014
 
Point of Contact
Brian O'Boyle
 
E-Mail Address
108E<br
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION The objective of this Request For Information (RFI) is to ascertain which companies currently hold a Federal Supply Schedules (FSS) contract with pricing for SIN 65 II F, Portable Mobility Devices, specifically in the product category F-8(c), Modular Ramps, and can provide the ramps and installation services. Service Area Office - Central (SAOC) is anticipating soliciting and subsequently awarding multiple Federal Supply Schedule (FSS) Blanket Purchase Agreements (BPA). These BPAs would encompass most facilities in all three regions (West, Central, and East). BACKGROUND The Department of Veteran Affairs (VA), Veterans Health Administration (VHA), provides modular ramps for veterans' homes as part of the Prosthetics Clinical Management Program (PCMP). As a result, SAOC intends to establish multiple contractual vehicles to fulfill the repetitive need. CAPABILITY OR PERFORMANCE The Contractor shall provide all labor, materials, equipment, ramp relocation, product and inventory tracking database, project tracking database accessible by VA staff, and logistics for building and installing solid surfaced aluminum portable modular ramps to accommodate access/egress issues at the Veteran Beneficiary's residence in accordance with accepted VA and Americans with Disabilities (ADA) guidelines and recommendations for safety ramps. All ramp systems are required to be aluminum with a solid extruded slip/skid resistant surface and be light-weight, durable, rust-free, easily installable and removable, compact and recyclable. INFORMATION REQUESTED This RFI notice is for information purposes only. It is not a request for proposals, and does not obligate the government in any way. The Government will not reimburse the respondents for any costs associated with the information submitted in response to this request. The Government will treat each submission as confidential. The Government is requesting that all interested vendors provide information regarding their experience and capability to perform these types of services. The VA may utilize the responses to this RFI to conduct additional market research. Information obtained from this RFI, and the subsequent meetings with the vendors, if any, may be utilized to assist the VA in developing a formal Request for Proposal (RFP) or Request for Quote (RFQ). 1. Does the vendor hold a current FSS contract in SIN 65 II F, Portable Mobility Devices, F-8(c), Modular Ramps? If so, please state the contract number. 2. Does the vendor's FSS schedule include the installation of the ramps that are ordered? 2.a. How is installation priced i.e. hourly rate of by linear foot? 3. If the vendor's FSS schedule does not include installation, can the vendor provide installation on an open market Contract Line Item Number (CLIN)? What is that estimated amount? 4. If the contract requires the vendor to provide removal and recovery services, what is an estimated cost per-square-foot for the storage of the ramps that may require removal and recovery services? 5. Does the vendor have an FSS contract for providing Vertical Platform Lifts (VPL)? 5a. If so, what is the vendor's FSS contract number? 5b. Does the vendor's FSS contract provide for the installation as well as the VPL? 6. Please provide the vendor's DUNS and socio-economic status? REQUEST FOR INFORMATION (RFI) SUBMISSION DEADLINE All responses to the RFI must be submitted electronically to Brian.OBoyle@va.gov not later than 11:00AM CST on February 24, 2014. The Government is also collecting information from all business sizes including potential areas of Sub-Contracting interest for Small Business. Please include your DUNS number and Business Size and Type in your response. Small Business may indicate in its response which areas it is interested in for possible subcontracting opportunities. The electronic copy of your response must be in a searchable ".pdf format" and readable by the Adobe Acrobat Reader. NOTE: This RFI is being issued solely for information and planning purposes and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotes (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to this notice will not be returned. In submitting a response, you are solely responsible and accountable for all of the expenses associated with your response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1cb928b6ea837316db4582e617631dfb)
 
Document(s)
Attachment
 
File Name: VA240C-14-Q-0006 VA240C-14-Q-0006.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1208490&FileName=VA240C-14-Q-0006-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1208490&FileName=VA240C-14-Q-0006-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03289497-W 20140216/140214234323-1cb928b6ea837316db4582e617631dfb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.