SOURCES SOUGHT
84 -- BALLISTIC PANEL LOAD BEARING VEST CARRIERS IAW STATEMENT OF WORK MARTINSBURG VA MEDICAL CENTER 510 BUTLER AVENUE MARTINSBURG WV, 25405
- Notice Date
- 5/18/2021 9:14:10 AM
- Notice Type
- Sources Sought
- NAICS
- 314999
— All Other Miscellaneous Textile Product Mills
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24521Q0478
- Response Due
- 5/21/2021 9:00:00 AM
- Archive Date
- 07/20/2021
- Point of Contact
- Mohsin Abbas, Contract Specialist, Phone: 202-745-8000
- E-Mail Address
-
Mohsin.Abbas2@va.gov
(Mohsin.Abbas2@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI # 36C24521Q0478) - 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). SEE ATTACHMENT FOR DETAILS: This is a requirement for: U.S. Department of Veterans Affairs Martinsburg VA Medical Center (VAMC). DESCRIPTION: The Martinsburg VAMC requires the contractor to deliver within 30 calendar days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Martinsburg VA Medical Center WAREHOUSE: 510 Butler Avenue Martinsburg WV, 25405 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. IAW 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. Note: The contractor shall deliver required commodities (Please see attachments) no later than 30 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number. Contract Number. Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number and email address. Please provide an Authorized Distributor letter if you not the manufacturer. Must identified each line items are on the GSA Contract or Open Market, SEWP, NAC. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be registered within the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov) PRIOR TO AWARD if selected. Responses to this notice shall be submitted via email to Mohsin.Abbas2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, May 21, 2021 at 12:00 PM. (EST). Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in FedBizOpps (FBO) or GSA eBuy. Attachment 1: GRAY MARKET PREVENTION LANGUAGE: A.1 VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020) (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) A.2 VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) STATEMENT OF WORK GENERAL INFORMATION 1. VA Police Load Bearing Carrier Vest 2. Scope of Work: The contractor shall supply 28 custom load bearing vest carriers 3. Background: The purpose of this project will be to provide custom load bearing vest carriers 4. Type of Contract: Manufacture and Supply 5. Location: Martinsburg VAMC GENERAL REQUIREMENTS Overview The contractor will make custom load bearing vest carriers for VA Police. Load Bearing Carrier Vest The contractor will make and supply 28 ballistic panel load bearing vest carriers (panels supplied by VA) navy blue in color with the following features: Vest will be manufactured of heavy duty cordura nylon. Vest will have an extraction drag strap on the top of the rear panel. The front panel will secure over the rear panel when vest is closed. Vest will have 8 pockets on the front of the vest for equipment: Tactical flashlight (contractor will verify flashlight model prior to manufacture) along bottom of vest Radio (contractor will verify radio model prior to manufacture) along bottom of vest Two 30 round M4 magazines along bottom of vest Pocket for CAT5 Tourniquet along bottom of vest Utility Pocket 6 wide x 6.5 high x 2 deep along bottom of vest Handcuff pouch on exterior of above utility pocket Flat pockets for pens/notebooks on top left and top right of vest (4.25 wide x5 high). Microphone tab between two chest pockets Badge Combo (Velcro and eyelets) above left pocket 1 x 5 name tape above right pocket blue with white lettering Vest will have buttons on the two chest pockets and down the front center of the vest to emulate the uniform shirt. Large POLICE placard centered on top rear panel Each vest will be fitted for the individual officer Contractor will submit design drawing of the finished product for approval prior to manufacturing the vest carriers. LINE ITEM DESCRIPTION IAW STATEMENT OF WORK SOW. ITEM NO. DESCRIPTION QUANTITY UNIT COST ----------------------------------------------------------------------------- POLICE SUPPLIES: 1 EXTERNAL CARRIER 28 EA CONTRACT TYPE: FIRM-FIXED PRICE 2 ADDITIONAL VEST POCKET 28 EA CONTRACT TYPE: FIRM-FIXED PRICE 3 UPPER POCKET BUTTONS 28 EA CONTRACT TYPE: FIRM-FIXED PRICE 4 DRAG STRAP 28 EA CONTRACT TYPE: FIRM-FIXED PRICE 5 IDENTIFICATION PLACARD 28 EA CONTRACT TYPE: FIRM-FIXED PRICE 6 NAME TAPE 28 EA CONTRATC TYPE: FIRM-FIXED PRICE TOTAL COST:
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/87b70a1d6c204c33ac89079adce6ea5d/view)
- Place of Performance
- Address: Martinsburg VA Medical Center 510 Butler Avenue Martinsburg WV, 25405, USA
- Country: USA
- Country: USA
- Record
- SN06006307-F 20210520/210518230121 (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 |