Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 13, 2022 SAM #7530
SOURCES SOUGHT

55 -- Automatic Door Openers and Installation

Notice Date
7/11/2022 11:08:36 AM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25622Q1204
 
Response Due
7/18/2022 8:00:00 AM
 
Archive Date
09/16/2022
 
Point of Contact
Diyonne Williams, Contracting Officer, Phone: 601-206-6956
 
E-Mail Address
diyonne.williams@va.gov
(diyonne.williams@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI 1. Title: LEROY POND ADA DOORS -Veterans Healthcare System of the Ozarks (VHSO) located at 1100 North College Avenue, Fayetteville Arkansas. 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following: Model / Part Number Item /Description of Supplies/Equipment Qty 7100 series dual low energy operators 4 BEA Model PB10 Push Plate Switches 8 BEA Model PB10G1 Vestibule Switch 2 Altronix 12/24 Monitor Relay 1 Power One 12-2A Power Supply 2 Sedco Model 944 TDM Sequencers With Altronix 12/24 Lock Monitor Relays 2 Furnish/Install Automatic Door Openers/ push buttons on doors TASKS .1 Furnish and install 2 7100 Series Single Low Energy Operator(s) for two single entrance doors located Building # 30 Operator(s) To Be Series 7000 And Shall Be Low Energy, Self-Contained, Electromechanical Design. Operator To Be Powered Open By D.C. Motor With Six Reduction Gears. Closing Accomplished By Spring Force And motor Is To Be Off When Operator Is In Closing Mode. Door Can Be Manually Operated With Power On Or Off Without Damages To Operator. Finish To Be Clear Anodized Aluminum Header To Be 46 In Length And Of RHR And LHR Configuration Three Way On/Off/Hold Open Toggle Mounted On Header Operator And Controls To Be Manufactured By D.C. Controls, Addison, TX. 888-906-1123 4 BEA Model PB10 Push Plate Switches 2 Power One 12-2A Power Supply 2 Sedco Model 944 TDM Sequencers With Altronix 12/24 Lock Monitor Relays All Activation Manufactured By BEA, Pittsburgh, PA. 800-523-2462 Provide One Year Parts And Labor Warranty 3.2 Furnish and Install Low Energy Operators On Exterior double doors located Building # 32 , With 3 Push Plate Switches. See attached drawings. 7100 Series Dual Low Energy Operator(s), Operator(s) To Be Series 7000 And Shall Be Low Energy, Self-Contained, Electromechanical Design. Operator To Be Powered Open By D.C. Motor With Six Reduction Gears. Closing Accomplished By Spring Force And motor Is To Be Off When Operator Is In Closing Mode. Door Can Be Manually Operated With Power On Or Off Without Damages To Operator. Operator And Controls To Be Manufactured By D.C. Controls, Addison, TX. 888-906-1123 2 BEA Model PB10 Push Plate Switches 1 BEA Model PB10G1 Vestibule Switch 1 Altronix 12/24 Monitor Relay All Activation Manufactured By BEA, Pittsburgh, PA. 800-523-246 Finish To Be Clear Anodized Aluminum Header To Be 88 In Length And Of RHR, LHR Configuration Three Way On/Off/Hold Open Toggle Mounted On Header One Year Parts And Labor Warranty 3.3 Furnish and install Low Energy Operators On Interior Pair of doors , With 3 Push . Plate Switches located on interior of building # 32. 1 7100 Series Dual Low Energy Operator(s), Operator(s) To Be Series 7000 And Shall Be Low Energy, Self-Contained, Electromechanical Design. Operator To Be Powered Open By D.C. Motor With Six Reduction Gears. Closing Accomplished By Spring Force And motor Is To Be Off When Operator Is In Closing Mode. Door Can Be Manually Operated With Power On Or Off Without Damages To Operator. Finish To Be Clear Anodized Aluminum Header To Be 87-1/2 In Length And Of RHR, LHR Configuration Three Way On/Off/Hold Open Toggle Mounted On Header Operator And Controls To Be Manufactured By D.C. Controls, Addison, TX. 888-906- 11 4.0 Provide emergency repair on equipment to return it to OEM specified operating parameters 4.1 Provide priority emergency service response including a factory certified field service engineer on-site within 4 hours of emergency service notification. 5.0 Planned Maintenance including performing manufacturer s recommended maintenance. The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code ___________ is ____________ (employees or dollars). 3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 4. Opportunity/Market Pricing: The MEDVAMC is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. 5. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 10:00am (CST), July 18, 2022 via email to diyonne.williams@va.gov RFI responses are due by 10:00am (CST), Monday, July 18, 2022; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to diyonne.williams@va.gov The subject line shall read: MEDVAMC Stryker Preventative Maintenance Services. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as Market Research and will not be released outside of the MEDVAMC Purchasing and Contract Team. 7. Contact Information: Diyonne Williams DIYONNE.WILLIAMS@va.gov Your response to this notice is greatly appreciated!
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0f9e92c68ebd4618887abcdca58c0603/view)
 
Place of Performance
Address: Veterans Healthcare System of the Ozarks (VHSO) 1100 North College Avenue, Fayetteville
 
Record
SN06384929-F 20220713/220711230111 (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.