SOURCES SOUGHT
65 -- RFI - RPO EAST Ramps
- Notice Date
- 7/22/2020 3:38:48 PM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- PCAC HEALTH INFORMATION (36C776) INDEPENDENCE OH 44131 USA
- ZIP Code
- 44131
- Solicitation Number
- 36C77620Q0144
- Response Due
- 7/29/2020 10:00:00 AM
- Archive Date
- 09/27/2020
- Point of Contact
- Ann Schilli, Contract Specialist, Phone: 612-330-3619
- E-Mail Address
-
Ann.Schilli@va.gov
(Ann.Schilli@va.gov)
- Awardee
- null
- Description
- Page 1 of 2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR A REQUEST FOR QUOTE (RFQ). THE DEPARTMENT OF VETERANS AFFAIRS IS NOT SOLICITING OFFERS OF ANY KIND. NO CONTRACT AWARD WILL BE MADE ON THE BASIS OF ANY RESPONSE(S) TO THIS NOTICE. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with 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. In accordance with Federal Acquisition Regulation (FAR) Part 10 Market Research and Public Law 109-461, the Department of Veterans Affairs is conducting market research to ascertain if there are verified Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) concerns that have the capability to provide to the Government aluminum modular ramps to facilities in attachment 1 at a fair and reasonable price. This announcement is for informational and planning purposes only and is not to be construed as a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. The Department of Veterans Affairs (VA) has a requirement for aluminum modular ramps to the Veterans located in the RPO-East Region. 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 assessing and installing aluminum 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 safe ramps. The contractor shall complete and submit proposed ramp assessment installation within 3 business days of receipt received from VA. The contractor shall complete installation of approved ramp within 10 calendar days after issuance of delivery order. All ramp systems are required to be aluminum with a slip/skid resistant surface, be of lightweight aluminum construction, durable, rust free, easily installable and removable, compact and recyclable. Veteran beneficiaries that are included in this requirement are anticipated to be serviced by the attached list of facilities (See Attachment 1 RPO East - Facilities List). Locations may also include the associated VA Clinics and Community Based Outpatient Clinics (CBOCS) within the above-listed VISNs. The estimated number of ramp systems required per VISN are as follows: VISN 1 683 VISN 2 565 VISN 4 672 VISN 5 655 VISN 6 1912 VISN 7 1681 VISN 8 1565 The purpose of this notice is to determine interest and capability of potential verified SDVOSB and VOSB concerns relative to the North American Industry Classification code (NAICS) 339113, Surgical Appliance and Supplies Manufacturing with a size standard of 500 employees and The Small Business Administration (SBA) has issued not a non-manufacturing waiver for NAICS code 339113. Therefore, per the non-manufacture rule, that a contractor under a small-business set-aside shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. To make an appropriate acquisition decision for this requirement, the Government will use the response to this RFI. The type of solicitation to be issued and the manner of advertisement will also depend on the response to this RFI. To be considered a SDVOSB/VOSB concern, offerors shall be verified in www.vip.vetbiz.gov. Responses to this RFI shall be sent via emailed to ann.schilli@va.gov not later than 12:00 pm CT, July 29, 2020. Please include 36C77620Q0144 RPO East Modular Ramps RFI in the subject line of all correspondence. Telephone inquiries will not be accepted. Questions received after the specified date and time will not be considered. Responses should include the following information: Name and address; Business size; DUNS Number; Identification of any socioeconomic category (i.e. SB, SDVOSB, VOSB, WOSB, etc.); Capabilities Statement; Please indicate if your company can provide for the entire RPO-East Region, if not, which VISN s specified in this RFI can your company provide for? Please provide any recent within the last three years and relevant experience with modular ramp manufacturing, modular ramp assessments, and modular ramp installations which can demonstrate your company s ability to provide for an area of this size and estimated ramps. Is your company a modular ramp manufacturer, a modular ramp installer and or both a modular ramp manufacturer and modular ramp installer? If an installer, Please describe your ability to provide modular ramp supplies and installers to satisfy the requirements. From which manufactures(s) do you purchase your modular ramps? Do you have an agreement/contract in place with the manufacturer(s)? If you purchase modular ramps do you purchase modular ramps as stock items or at time of installation request? If purchased as stock items does your company have the capability to purchase for the estimated number of modular ramps in order to meet the anticipated required timeframes for installation after assessment. If a manufacturer (or both manufacturer and installer), Please describe your ability to provide manufacturing capacity to satisfy the estimated requirements. Please describe your distribution network to support a large geographic area in order to meet the anticipated required timeframes for installation after assessment. Please explain your installer network. (i.e. direct employees or subcontractors or mixed model) Estimate prices for the following ramp components. Pricing shall include all necessary hardware including handrails, bridge plates, legs, entrance and exit plates, etc.: Platform- 5 Feet x 5 Feet Base Ramp 36 Width- 2 Feet Base Ramp 36 Width- 5 Feet Base Ramp 36 Width- 8 Feet Base Ramp 48 Width 5 Feet Estimate prices for Installation-20,000 Linear Foot Does your company offer discounted pricing based on volume ordering? Do you currently have a contract(s) with the VA or other government agencies to agencies to provide modular ramp assessments and installations (i.e. DOD, GSA, FSS, VA NAC)? If so, please provide the annual quantity of modular ramps provided and locations covered under that contract(s). How many business years has your company been providing assessments and installing modular ramps? Considering the purpose of this initiative; what strategy/recommendation would you provide to us to improve the purchase, delivery, and installation of modular ramps to best serve our Veteran beneficiaries? Show how these recommendations have been implemented on recent and relevant modular ramp contracts in which you were the prime contractor. Is there an industry accreditation/certification standard followed for installation of modular ramps? If so, is your company accredited/certified and by which agency? Is there a standard warranty for modular ramps? If so, what is it? Provide your company s average performance times for: initial consult to providing the assessment quote; receipt of authorization/quote approval to the ramp installation. Explain how your data is collected and how your reports are developed. What quality assurance policy/procedure does your company currently have in place? What current and/or experience does your company have with the VA s Information and Information System Security/Privacy in performance of VA contracts indicated in (l) above.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2e5a3027d8954af999b99649466a0326/view)
- Place of Performance
- Address: RPO East Region VISN 1, 2, 4, 5, 6, 7, 8
- Record
- SN05730135-F 20200724/200722230148 (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 |