Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2022 SAM #7499
SOURCES SOUGHT

79 -- EMS Burnisher and Scrubbers for the VA Long Beach HS

Notice Date
6/10/2022 2:59:24 PM
 
Notice Type
Sources Sought
 
NAICS
339994 — Broom, Brush, and Mop Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26222Q1071
 
Response Due
6/16/2022 12:00:00 PM
 
Archive Date
08/15/2022
 
Point of Contact
Isaac Shimizu, Contract Specialist, Phone: isaac.shimizu@va.gov
 
E-Mail Address
isaac.shimizu@va.gov
(isaac.shimizu@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 services described below. The Veteran s Integrated Service Network 22 is seeking a contractor to procure five (5) Floor Machine Burnisher and three (3) Scrubbers for the VA Long Beach Healthcare System. GENERAL SCOPE The Veterans Administration Long Beach Healthcare System facility has a requirement to purchase five (5) Floor Machine Burnishers and three (3) Scrubbers. This procurement is solely to procure the materials/hardware purchase. No services or labor required. The required items are a BC-2000-DC Control High Speed Burnisher and Ride-on Floor Machine Scrubber 32 /800MM-T7-800-D possessing the salient characteristics below. 1. Salient Characteristics: BR-2000-DC Control High-Speed Burnisher-9007349 Must meet to the following specifications: Have a powerful RMP pad for glossing floors Be able to polish uneven floors with fee-floating head Be able to clean quietly and ensure operator comfort Have low level vibration levels Have easy to use burnisher controls Have ins-adjust handle to manually change positions Be able to polish and control dust in single step to eliminate the need to mop afterwards Have a continues run time when operating Should have filtration dust type control method Come with dust control cloth filter bag Come with paper filter bags Quantity: 5 2. Salient Characteristics: Ride-on Floor Machine Scrubber 32 /800MM-T7-800-D Must meet to the following specifications: Be able to clean large and tight spaces Be equipped with ec-H20 NanoClean technology to reduce the amount of detergent and water used Be able be able to ensure optimal water recovery to reduce slip and fall injuries Have simple controls, ergonomic design and clear sight lines for improved operations Have low sound levels for areas with sensitive environments Have automatic braking and parking brake Be able to ensure up to 56320 ft of productivity Have be equipped with battery and charging source Have a tank capacity of 29 gallons Should be up able to hold up to 4.5hrs of run time Be able to run up to 225 rpm brush speed Quantity: 3 Specific Tasks. The contractor will furnish all parts described above. Should any of the materials be delayed the vendor will have to raise that to the COR for proper attention. Performance Monitoring COR will ensure that the vendor provides the materials in the allocated time frame. Security Requirements The contractor must obtain one person responsible for obtaining a VA security clearance badge to oversee workers during the execution of the project. It is recommended that more than one responsible person obtains a security badge to ensure applicable coverage. Place of Performance. Place of performance will be located at the VA Long Beach Healthcare System located 5901 East 7th Street, Building 149, Long Beach, CA 90822. Period of Performance. 45 days Delivery Date from awarded date. Delivery shall be freight on board (FOB) - Destination All items and services to be delivered after receipt of purchase order but not earlier than 07/30/2022 and not later than 08/30/2022. If you are interested and are capable of providing the required product(s) 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 NAICS code , Institutional Furniture Manufacturing. (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 for your products/solutions for market research purposes. (7) If your offer is for an equivalent product, please provide manufacturer, model number and information regarding how their product meets the salient characteristics. 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 339994, 500 Employees. Responses to this notice shall be submitted via email to isaac.shimizu@va.gov. Telephone responses will not be accepted. Responses must be received no later than 06/16/2022 12:00 PM PDT. 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 the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2593a549171b4032855b835b3a76c335/view)
 
Place of Performance
Address: VA Long Beach Healthcare System 5901 East 7th Street, Long Beach 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN06355197-F 20220612/220610230106 (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 |
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.