Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2018 FBO #6222
SOURCES SOUGHT

65 -- Rail System for Triaged Exam Rooms

Notice Date
12/4/2018
 
Notice Type
Synopsis
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q0172
 
Response Due
12/10/2018
 
Archive Date
12/30/2018
 
Point of Contact
marie.irvin@va.gov
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: 36C262-19-Q-0172. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE 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). This is not a solicitation announcement. This is sources sought synopsis only for market research purposes ONLY. The purpose of this synopsis is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NACIS 339112 sources (size standard of 1000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this source sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this source sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide Rail System for Equipment for Triage Exam Rooms. If you are interested, and can provide the required supplies please provide the requested information as indicated below. Responses 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 under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to marie.irvin@va.gov Telephone responses shall not be accepted. Responses must be received no later than December 10, 2018, 9:00AM PT. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please provide unofficial pricing. Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. 1) TRAIGE BAYS - 24" EQUIPMENT RAIL, PRE-DRILLED, INCLUDING END CAPS AND LAMINATE INLAY STK#R202 30 EA 2) 72" EQUIPMENT RAIL, PRE-DRILLED, INCLUDING END CAPS AND LMAINATE INLAY STK#R206 10 EA 3) MOUNT FOR KENDAL SHARPS CONTAINER STK#1C303-P 10 EA 4) MOUNT FOR QUAD GLOVE BOX HOLDER STK#IC277-4-HV-PM 10 EA 5) MOUNT FOR EMEIS BAG DISPENSER STK#IC319-PM-Fair 10 EA 6) MOUNT FOR HAND SANITIZER DISPENSER STK#IC110-P 10 EA 7) MOUNT FOR VACUUM BOTTLE SLIDE STK#AC101-ABS-Fair 10 EA 8) MOUNT FOR CAVI WIPE STK#IC112-PM 10 EA 9) MOUNT FOR WELCH ALLYN OTOSCOPE STK#DEM108-P-Fair 10 EA 10) MOUNT FOR OPHTALMOSCOPE STK#DEM109-P-Fair 10 EA 11) SINK - 24" EQUIPMENT RAIL, PRE-DRILLED, INCLUDING END CAPS AND LAMINATE INLAY STK#R202 7 EA 12) MOUNT FOR HAND SOAP DISPENSER STK#IC110-P 7 EA 13) MOUNT FOR EN MOTION PAPER TOWEL DISPENSER STK#IC414-P 7 EA 14) EXAM ROOMS - 48" EQUIPMENT RAIL, PRE-DRILLED, INCLUDING END CAPS AND LAMINATE INLAY STK#R204 10 EA 15) MOUNT FOR QUAD GLOVE BOX HOLDER STK#IC227-4-HV-PM 5 EA 16) MOUNT FOR CAVI WIPE STK#IC509-PM 5 EA 17) MOUNT FOR HAND SANITIZER/SOAP DISPENSER STK#IC110-P 10 EA 18) MOUNT FOR WELCH ALLYN OTOSCOPE STK#DEM108-P-Fair 5 EA 19) MOUNT FOR OPHTALMOSCOPE STK#DEM109-P 5 EA 20) MOUNT FOR KENDALL SHARPS CONTAINER STK#IC303-P 5 EA 21) MOUNT FOR EN MOTION PAPER TOWEL DISPENSER STK#IC414-P 5 EA 22) SHIPPING (Not to Exceed $249.00) 1 S&H Statement of Work: General A new project is in construction for a new emergency department at 3350 La Jolla Village Dr., San Diego, CA 92161, on 1st floor and shall be completed in Feb. Due to the heavy use by our inpatient, damage to walls is likely; we are seeking solutions that are built with safety and durability in mind. The purpose of this Statement of Work (SOW) is to outline the tasks and product of the successful offerors in relation to the VA San Diego Emergency Department implementation of an equipment management rail system. All counts and specific sizes are addressed in the attached drawing. Substitution Requests Substitution requests ( OR EQUALS ) shall meet salient characteristics as outlined. Substitution requests shall be similar to the specified dimensions, color scheme, function and quality. Or equal products submissions shall include manufacturer s product brochure including specification information, warranty data, and physical samples of manufacturer s full range of finish options. FAILURE TO CLEARLY NOTE THAT THE PRODUCTS BEING QUOTED ARE THE REQUESTED BRAND NAME, OR FAILURE TO SUPPLY OR EQUAL PRODUCTS SPECIFICATIONS AND INFORMATION LITERATURE SHALL CONSTITUTE A NON-RESPONSIVE BID AND SHALL NOT BE FURTHER EVALUATED FOR AWARD. Warranty Requirements All specified product(s) shall be under standard GSA Contract warranties. Open Market items and specified fabrics shall meet the standard manufactures stated warranty claims as published. Scope- Provide and Direct Ship VA San Diego Emergency Department will be installing an equipment management rail system with Paladin healthcare Evolution or equal. VA has worked out all the details of rail size and accessories on the attached drawings. Items to be direct shipped and VA to Install. Tasks Product The vendor shall submit a cost proposal with an associated project management plan addressing the tasks associated with the SOW, as described in the evaluation criteria section. All substitute products will need written specifications. Subtasks not specified in the SOW will be identified and include associated costs by project task, milestones and deliverable dates. All written deliverables must be phrased in terms and language that can be easily understood by non-technical personnel, i.e. a person without subject matter expertise. All document deliverables, hard copy and electronic, must be in formats as specified-at a minimum, the formats must be in industry accepted standards. Shipping The vendor shall direct ship product to the East Loading Dock located behind the main building, 3350 La Jolla Village Dr., San Diego, CA 92161. Delivery shall be coordinated with VASDHCS Interior Designer. Breanna Valdez All rails are to be tagged with the correct location that is labeled on the attached elevations. Trucks cannot be left unattended at the dock or other-directed area after unloading. A delivery schedule will be provided to the awarded vendors. Any damaged product that is a Punch list item needs to be corrected no later than 61 days after receipt of products. Project Management Plan The vendor shall provide a Project Management Plan to document procedures, schedules and time lines for delivery. Hours of Operation Weekday and Weekend tour-of-duty hours at the VASD are: 7:00 am to 3:30 pm, Monday-Friday. Saturday and Sunday, excluding federal holidays. After hour forms will need to be filled out in order to be on site. The vendor is required to coordinate these times with the designated VASD Installation Project Manager and Design Team. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays New Year s Day January 1st Martin Luther King s Birthday Third Monday in January President s Day Third Monday of February Memorial Day Last Monday in May Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th When a holiday falls on a Sunday, the following Monday will be observed as a National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government Agencies. Equipment Management Rail System Product Outline: (See attached elevations for details) Triage Bays. Qty 30 - 24 Equipment rail, pre- drilled, including end caps and laminate inlay. Qty 10 72 Equipment rail, pre- drilled, including end caps and laminate inlay. Qty 10 Mount for Kendall Sharps container. Qty 10 Mount for Quad glove box holder. Qty 10 Mount for Emesis bag dispenser. Qty 10 Mount for Hand Sanitizer dispenser. Qty 10 Mount for Vacuum bottle slide. Qty 10 Mount for Cavi Wipe. Qty 10 Mount for Welch Allyn otoscope. Qty 10 Mount for Ophthalmoscope Sinks. Qty 7 - 24 Equipment rail, pre- drilled, including end caps and laminate inlay. Qty 7 Mount for Soap Dispenser. Qty 7 Mount for en motion paper towel dispenser. Exam Rooms. Qty 10 - 48 Equipment rail, pre- drilled, including end caps and laminate inlay. Qty 5 Mount for Quad glove box holder. Qty 5 Mount for Cavi Wipe. Qty 10 Mount for Hand Sanitizer/soap dispenser. Qty 5 Mount for Welch Allyn otoscope. Qty 5 Mount for Ophthalmoscope. Qty 5 Mount for Kendall Sharps container Completion Date The vendor shall have all services rendered and equipment received no later than 200 working days from the date of Contract Award and receipt of Contract Award. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0172/listing.html)
 
Place of Performance
Zip Code: 92161
 
Record
SN05166049-F 20181206/181204230021 (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.