SOURCES SOUGHT
23 -- Bunk House Specialty Trailers Veterans Integrated Services Network (VISN) 16
- Notice Date
- 4/24/2023 12:29:18 PM
- Notice Type
- Sources Sought
- NAICS
- 336212
— Truck Trailer Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25623Q0891
- Response Due
- 5/1/2023 2:00:00 PM
- Archive Date
- 05/11/2023
- Point of Contact
- Marcos Madrazo-Jones, Contracting Officer, Phone: (713) 791-1414 x22136
- E-Mail Address
-
marcos.madrazo-jones@va.gov
(marcos.madrazo-jones@va.gov)
- Awardee
- null
- Description
- This is a sources sought announcement only and not a request for quotes, bids, or proposals. This request is solely for the purpose of conducting market research to enhance the Department of Veterans Affairs (VA), Network Contracting Office 16 (NCO 16) understanding of the market offered products, services, and capabilities. Your responses to the sources sought will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The VA, NCO 16 is seeking to identify potential qualified vendors capable of providing Two (2) 14 - 20 person bunk house specialty trailers with associated accessories (i.e. beds, refrigerators, etc.). Reference the Statement of Work (SOW) for additional details. The North American Industry Classification Code (NAICS) is 336212, Truck Trailer Manufacturing with a size standard of 1000 employees. Prior to issuing a solicitation, and pursuant to the Veterans First Contracting Program, the VA is trying to ascertain if there are any qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) with the capability of fulfilling the requirement: (Respondents are not limited to SDVOSB/VOSB concerns; the Government seeks to identify all potentially interested sources). All responsible vendors and interested parties please respond to this sources sought announcement if you can fulfill the requirements described in this announcement. Responses to this sources sought shall include the following information: 1. Your company name, address, contact person name, phone number, fax number, e-mail address(s), UEI number, number of employees, and company website if available. 2. If you are an GSA/FSS contract holder are the referenced items available on your schedule/contract? Provide your company GSA/FSS contract number and contract expiration date, if applicable. 3. Is your company a contract holder on any other federal contract? If so, please provide the contract number. 4. Socio-economic status of business such as but not limited to (SDVOSB/VOSB, 8(a), HUB Zone, Women Owned Small Business, Small disadvantaged business, or Small Business HUB Zone business, Large Business, etc.). 5. Is your company considered small under the NAICS code identified in this sources sought announcement? 6. Is your company the manufacturer, distributor, or an equivalent for the products being offered? If an authorized distributor or equivalent, can you provide documentation from the manufacturer confirming authorization to provide the referenced items and/or products being offered? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule in accordance with Title 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees? Is your company primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied? Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; and Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to Title 13 CFR 121.406 paragraph (b)(5). 7. If your company is a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of contact and size status (if available). 8. What is the manufacturing country of origin of the items and/or products being offered? 9. Delivery Timeframe The Government would like to know the standard delivery time frame after receipt of order for a requirement like this. 10. Provide warranty information for the items and/or products being requested? 11. Provide capability statement and/or descriptive literature demonstrating ability to meet all of the SOW requirements to include the salient characteristics for the product being offered. 12. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g., if Contracting Officer determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Estimated pricing will not be used to evaluate for any type of award. Interested vendors are reminded that in accordance with FAR subpart 4.12, offerors and quoters are required to complete electronic annual representations and certifications in System for Award Management (SAM) accessed via https://www.sam.gov as a part of required registration (see FAR 4.1102 - Policy). All registrants are required to review and update the representations and certifications submitted to SAM as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to SAM. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement 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. All information submitted in response to this sources sought notice become property of the Government. Interested vendors should submit an email to marcos.madrazo-jones@va.gov. All responses must be received in writing no later than 4:00 PM CST on May 01, 2023. Questions or inquiries will not be answered or acknowledged, and no feedback or evaluations will be provided. No solicitation document is available at this time. This notice is to acquire information only, therefore your response will not be considered for a contract award. Vendors interested in providing an offer will have to respond to a solicitation announcement that shall be published separately. STATEMENT OF WORK (SOW) BACKGROUND: The Department of Veterans Affairs (VA), South-Central VA Healthcare Network, Veterans Integrated Services Network (VISN) 16 is the nation s largest system of VA hospitals and clinics within an area plagued by natural disasters. VISN 16 is home to 600,000 plus Veterans in an area spread across 8 states and Community-Based Outpatient Clinics (CBOC s) that span over 200 plus counties. Onsite housing is needed to ensure staff are available due to staff at facility or clinic that is unable to report to work until critical resources be restored. One of the most critical facets of catastrophe recovery is housing quickly for deployed staff that can be mobilized in a moment s notice. Hotel rooms and traditional housing become scarce and one of the key indicators for the public on how well disaster recovery is going, is getting housing restored. REQUIREMENTS: VISN 16 is seeking to procure a housing option for deployed personnel during incidents in austere conditions. A sleeping solution for single individual quarters in a bunkhouse environment with separate sleeping quarters with standalone generator power. This solution must be deployable to any pandemic hot spot, an all-hazards event or other national emergency as designated by the VISN incident command. The Contractor shall provide Two (2) bunk house specialty trailers on wheels that can be towed by semi, bumper pull and or 5th wheel that will house 14 - 20 people each in single/separate individual sleeping areas with refrigerator, lighting, nightstand small closet, window with privacy shade, bed, mattress and a quiet (no noise) diesel generator to support. Inside structures shall only be metal or a hygienic wipeable walls and storage units. Wood will not be a part of any units inside or outside. The units shall have stabilizers and hydraulic lifts for stabilization of the units. Outside shall have slip flooring and stairs, AC/heat to all single rooms, lockable door with easy handle that has a combination and key lock capabilities and LED lighting. The bunk house specialty trailers shall be of the latest model (2023/2024). The bunk house specialty trailers shall be brand new and complete in all respect for its operations as per mentioned specifications. The Contractor shall furnish all labor, materials, equipment, and all other items necessary to deliver the supplies and equipment. SPECIFICATIONS AND FEATURES: The technical specifications and features listed below has been identified as meeting the needs of the Government. Technical Specifications and Features 2023/2024 Bunkhouse with single 14-20 individual sleeping quarters Axles 96"" Ceiling Frame Type Quantity of 14 drop down steps front Quantity of 14 drop down steps back Shades (night) Door Package single private entry with key and combination for each individual room with a shade over the window Hydraulic Leveling System (Automatic/Electric) LED Running Light Package Laminated Walls Refrigerator EA room/Microwave Steel Swivel Wheels on end of I Beams Upgraded Door Grabs Rubber Roof Type Floor slip proof Air Conditioner - Three Generator (with Quite Detection with Tank 120V w CO Detector) Mini Refer 4.4 cu Elec Built-in OHC Microwave Small Closet space Antenna Patio Lights-over each door Spare Tire- mounted under 8 Lug Lift Jack Single person premium mattress hygienic Single Bed space Small nightstand Wall attached lamp/night light Led lights outside Fire detectors each room CO detectors each room Small Fire extinguishers Temperature controls in each room WARRANTY: The contractor shall provide a one-year manufacturer s warranty on all parts and labor. The contractor shall provide a five-year maintenance warranty for service, repair, and replacement for equipment that is not operable. The contractor shall provide a rapid response and repair to equipment failures within 8-12 hours during hurricane season (April through December) and within 24 hours outside of hurricane season. USER AND SERVICE MANUALS: The contractor shall provide two (2) complete and unabridged printed copies and one (1) electronic version of operator manuals, service manuals, electronic schematics, troubleshooting guides and parts lists for each piece of equipment purchased to the designated service line Point of Contact (POC) with the delivery of the mobile units. DELIVERABLES: Contractor shall provide two (2) keys to each door. Contractor shall provide compilation of all manufacturers recommended maintenance schedule(s) and operation materials packaged in binder(s). TRAINING: Contractor shall provide on-site training of the equipment to the end users. Scheduling of operator training shall be coordinated with the service line POC. Training shall be done onsite initially upon delivery or scheduled thereafter and one (1) additional training shall be provided as needed at no additional cost to the Government. DELIVERY: Delivery of shall occur no later than 30 days After Receipt of Order (ARO) to the following location: Department of Veterans Affairs Central Arkansas Veterans Healthcare System 2200 Fort Roots Drive North Little Rock, AR 72114 The contractor shall coordinate with the service line POC, Ms. Sonya Stokes-Sumrall at sonya.stokes-sumrall@va.gov two (2) weeks prior to delivery. The vendor shall ensure that no deliveries are scheduled on federal holidays, Saturdays or Sundays. Any government requested delivery delayed up to 60 days after the initial delivery date, shall be at no additional cost to the Government. INSPECTION AND ACCEPTANCE: The contractor and service line POC shall conduct a joint inspection upon delivery of equipment. All equipment shall meet manufacturer and VA specifications. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The service line POC shall ensure all work is completed satisfactorily prior to acceptance. All disputes shall be resolved by the Contracting Officer (CO). The contractor is responsible for any missing parts and components not included in the delivery. CONTRACT CHANGES/MODIFICATIONS: The CO is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the service line POC on all matters pertaining to contract administration and technical direction. Only the CO is authorized to make commitments or issue changes that shall affect price, quantity, or quality of performance of this contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/618686c0f1fa4a51a02388839cb95eb0/view)
- Place of Performance
- Address: Department of Veterans Affairs Central Arkansas Veterans Healthcare System 2200 Fort Roots Drive North Little Rock, AR 72114
- Record
- SN06660899-F 20230426/230424230119 (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 |