SOURCES SOUGHT
72 -- Barrier Free Privacy Curtains & Track Installation
- Notice Date
- 3/4/2024 1:14:44 PM
- Notice Type
- Sources Sought
- NAICS
- 314120
— Curtain and Linen Mills
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26224Q0750
- Response Due
- 3/15/2024 11:00:00 AM
- Archive Date
- 04/14/2024
- Point of Contact
- Dyne Kim, Contract Specialist, Phone: 562-826-8000
- E-Mail Address
-
dyne.kim@va.gov
(dyne.kim@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) 36C26224Q0750 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). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 314120 (size standard is 750 Employees). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Barrier Free Privacy Curtains & Track Installation that at a minimum meets the following salient characteristics in the Statement of Work for the VA LOMA LINDA HEALTHCARE SYSTEM: Item Number Description/Part Number ( EQUAL TO ITEMS SATISFYING THE SALIENT CHARACTERISTICS LISTED IN THE MTR WILL BE ACCEPTED FOR ANY ITEM LISTED BELOW WILL BE ACCEPTED; PLEASE SEE MTR FOR RANGE OF ACCEPTABLE RANGES OF MEASUREMENTS FOR ITEMS LISTED BELOW) Quantity Unit of Measure Unit Price Amount 0001 Trolly System, Flat Sided Oval Wall Mount Track to include straight track, 90 track, end cap, wall mount kit, ceiling mount kit and system hooks. Room Location: 3D-47, 4D-46, 4D-47, 4D-48, 4D-49, 4D-50, 4D-53, 4D-54, 4D-70, 4D-71, 4D-72, 4D-73, 4D-76, 4D-77 14 EA 0002 Custom Cubicle Curtain for (14) Trolly System and (14) laundry stock, Minimum of 65"" Wide x 67"" High to Maximin 67"" Wide x 69"" High, no mesh, Trolley Systems, Fabric: Knoll Signal #C23741 Lighthouse OR EQUAL. Room Location: 3D-47, 4D-46, 4D-47, 4D-48, 4D-49, 4D-50, 4D-53, 4D-54, 4D-70, 4D-71, 4D-72, 4D-73, 4D-76, 4D-77 28 EA 0003 Door Surround System, Flat Sided Oval Wall Mount Track to include straight track, 90 track, end cap, wall mount kit, ceiling mount kit and system hooks. Room Location:4D-51B, 4D-52B, 4D-74B, 4D-75B 4 EA 0004 Custom Cubicle Curtain for (4) Door Surround System and (4) laundry stock, Minimum of 65"" Wide x 67"" High to Maximin 67"" Wide x 69"" High, no mesh, Trolley Systems, Fabric: Knoll Signal Air OR EQUAL. Room Location:4D-51B, 4D-52B, 4D-74B, 4D-75B 8 EA 0005 Custom Cubicle Curtain for (26) 9'-5"" Ceiling Track System and (26) laundry stock, Fabric: Knoll Signal #C23746 Air OR EQUAL. Room Location: 3D-54, 3D-53, 3D-52, 3D-50, 3D-49, 3D-48, 3D-62, 3D-63 52 EA 0006 Ceiling T-grid and Acoustical Ceiling Tiles replacements per patient room, Ceiling tile specifications: Armstrong, Mesa Second Look #688, Color: White, Size: 24"" x 48"", Finish: Angled Tegular 18 EA 0007 Installation services during normal business hours 1 EA TOTAL Include shipping cost on the items price. Vendor Requirements: Period of Performance for installation is 90 days after receipt of order (ARO). Vendor shall quote all items under this requirement. Vendor shall meet the Salient Characteristics in the Statement of Work (SOW).and SOW Attachment A. Vendor shall respond questions 1 through 8 of the Request of Information (RFI), see below. STATEMENT OF WORK Introduction The purpose of this statement of work (SOW) is to outline the tasks and responsibilities of the successful offeror in relation to providing new barrier free privacy curtain track system and textured curtain. Tack system to be Lorton Group Patient Lift Privacy Systems (Non-Ceiling Mounted Privacy System) oval track OR EQUAL, compatible Easy-On Off textured cubical curtains OR EQUAL, and replacement custom privacy curtains, to be used at VA Loma Linda Healthcare Systems Main Facility 3SW and 4SW patient units. Background The VA Loma Linda Healthcare System is currently utilizing the Lorton Group Patient Lift Privacy Systems (Non-Ceiling Mounted Privacy System) oval track and Easy-On Off textured cubical curtains in patient rooms, which have been proven to be effective for barrier free around patient lift assist, resulting in overall better patient care for our veterans. In 3SW and 4SW patient rooms with patient lift assist the current ceiling mounted curtain tracks leave gaps in between curtains therefore not providing patient privacy therefore barrier free tracks are needed to replace existing ceiling mounted tracks. In addition, the VA Loma Linda Healthcare System requires replacement custom cubical curtains needed for additional patient privacy in congruence of existing privacy tracks in non-patient lift assist rooms that require additional curtains to fill in gaps to allow for patient privacy. Scope This procurement is to provide VA Loma Linda Healthcare System Main Facility 3SW and 4SW patient units with (18) configurations of Lorton Group Patient Lift Privacy Systems oval track with Easy-On Off textured cubical curtains OR EQUAL inside patient rooms and removal of existing curtain tracks and curtains. In addition, custom cubical curtains are needed to replace existing to provide patient privacy. Field verification and installation are required on-site. General Requirements Vendor shall provide VA Loma Linda Healthcare System with (18) configurations of Lorton Group Patient Lift Privacy Systems track with two sets of Easy-On Off textured cubical curtains OR EQUAL and (52) custom cubical curtains at the Main Facility 3SW and 4SW units. Mandatory Tasks The vendor to coordinate with the VA Contracting Officer Representative (COR) Christina Harrison christina.harrison2@va.gov for: Delivery of new curtain tracks, curtains, and ceiling tiles. Removal and haul away of existing curtain tracks, curtains, and damaged ceiling tiles. Installation of new ceiling tiles, curtain tracks and curtains. Vendor to provide notification of expected product shipment date no later than (14) business days prior to shipment. The vendor shall verify quantity and sizes of existing ceiling mounted tracks, curtains, and damaged ceiling tiles to be removed. The vendor shall verify new track and curtain quantity, configuration, and size requirements. Upon award the vendor to make a site visit to field verify measurements needed for ordering new product prior to the product installation. The Vendor shall ship product to the VA Loma Linda Healthcare System warehouse located at the Main Facility 11201 Benton Street, Loma Linda, CA 92357. The vendor shall install at VA Loma Linda Healthcare System Main Facility 11201 Benton Street, Loma Linda, CA 92357 on the third-floor southwest unit and fourth floor southwest patient units. A service elevator is available for vendor use to deliver product from warehouse to patient units. Once product is received at the site, the vendor is to be responsible for any replacement punch items to be delivered within (10) business days to ensure product to be installed complete. Vendor shall provide all necessary materials, equipment, labor, supervision, and management to: Deliver new curtain tracks, curtains, and ceiling tiles. Remove and haul away of existing curtain tracks, curtains, and damaged ceiling tiles. On site disposal of items is not available and needs to be vendor provided. Install new ceiling tiles, curtain tracks and curtains. The vendor s installers shall dissemble and haul away existing curtain tracks, remove curtains, and remove damaged ceiling tiles. The vendor to install new ceiling tiles, assemble new curtain tracks, install new tracks and curtains onsite. The vendor shall contact the VA COR to coordinate the punch walk for final inspection of product installation. Period of Performance/Acceptance The Period of Performance (POP) is 90 days upon award of contract, this POP includes delivering, assembling and installation of the equipment. Delivery Schedule Coordination with the VA COR is required for the delivery of items. Notification of expected shipment date shall be provided no later than (14) business days prior to shipment. The contractor shall provide a delivery schedule based on the procurement requirement (14) days after award of the contract. Schedule and Order Management The Vendor shall meet with VA COR to determine number of phases for patient rooms as 3SW and 4SW are active patient care areas. The vendor shall not increase installation prices for number of phases therefore account for a minimum of (10) phases. The awardee actual delivery date will be confirmed by VA COR upon contract award. Post- award the vendor will coordinate delivery prior to beginning any work. Once the dates have been confirmed, modifications to the schedule are subject to written approval by the VA COR and the vendor. Schedule changes that are beyond the dates specified in the contract will require approval by the Contracting Officer and a contract modification. Vendor shall follow FAR 52.212-4 (f) for Time Extension Requests. Delivery and Receiving Delivery and receipt of the proposed items is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided post-award. To coordinate delivery, vendor shall contact the VA COR. The delivery of items identified in this document shall take place during normal business hours which are defined as: 0700 to 1630 (i.e.: 7:00am to 4:30pm Pacific Standard Time), Monday through Friday, and excluding Federal Holidays. The Federal Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. There are (3) loading docks, first come first serve bases. Trucks shall be unloaded by VA Loma Linda Interior Design Service labors. Vendor shall coordinate with the VA COR the details of the designated area for the delivery items to be placed. Labeling of delivered items shall include the VA contract number and VA purchase order and contract number for identification and reference upon receipt of product. Delivery Location LOCATION ADDRESS VA Loma Linda Healthcare Service Main Facility 11201 Benton St. Loma Linda, CA 92357 The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicates the 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), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to dyne.kim@va.gov. Telephone responses shall not be accepted. Responses must be received no later than March 15, 2024, at 11:00 AM Pacific Time. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference 36C26224Q0750, Barrier Free Privacy Curtains & Track Installation. .
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8e1e5d4c3c5846fa9376e0204d293a2d/view)
- Place of Performance
- Address: VA LOMA LINDA HEALTHCARE SYSTEM Jerry L. Pettis VA Medical Center 11201 Benton Street Loma Linda CA 92357-1000
- Record
- SN06985212-F 20240306/240304230049 (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 |