SOLICITATION NOTICE
65 -- DRYING CABINETS
- Notice Date
- 4/9/2024 6:59:26 PM
- Notice Type
- Presolicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26224Q0972
- Response Due
- 4/23/2024 12:00:00 PM
- Archive Date
- 05/23/2024
- Point of Contact
- ISRAEL GARCIA, CONTRACT SPECIALIST, Phone: 562-826-8000
- E-Mail Address
-
ISRAEL.GARCIA2@VA.GOV
(ISRAEL.GARCIA2@VA.GOV)
- Awardee
- null
- Description
- This Amended RFI is to correct the NAICS code to 339113 size standard of 800 employees and Response Date/Time/Zone to 04/23/2024 @ 12:00PM PST. All other terms and conditions remain unchanged. THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT 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). 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113 (size standard of 800 employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide several Belimed, Inc Drying Cabinets that at a minimum meet the brand name and/or can possibly provide an equal product for the Long Beach VA Healthcare System, located in Long Beach, CA. Brand name Information: Manufacturer: Belimed, Inc Nomenclature: 150 Drying Cab Pkg. 120V Non-Pass Thru Seismic Kit for 150/350 Drying cabinet Installation/Equipment Assembly Installation Dryer Cabinet (INS-DC1) B-US-INS-DC1/WC1 B-US INS-SESMIC-MD Model Number: 1079211 1071558 106-3240 1052391 (Any other information): Equal to product Information: Salient Characteristics Drying Cabinet Model 150 package, 120V single door non pass through. Package includes 150 model drying cabinet, 6 half width shelves, 1 drip pan, and a HEPA filtration system. All the required Salient must be met as follows: Cabinets must meet specifically designed to meet VA Directive 1116(2) regarding the temperature of 66-72 F degrees and Humidity range 20%-60%. See attached VHA Directive 1116 (2). Vendor shall provide manufactured hospital grade 304 stainless steel construction. Vendor shall provide cabinets that have the integrated cooling and steam humidifier to maintain temperature and humidity conditions within the chamber. Vendor shall provide Post-Sterile Storage Cabinets with an onboard custom control system that will utilize a digital display for monitoring temperature and humidity status. Vendor shall provide mobile Post-Sterile Storage Cabinets with locking and unlocking foot mechanism on caster wheels because these have to able to be relocated within hospital. Vendor shall provide Post-Sterile Storage Cabinet with self-modulating fan system that delivers air to the internal chamber to maintain proper air change rates. Vendor shall provide Post-Storage Cabinet with an integrated HEPA filtration system to meet the International Standards Organization which is recognized to prevent contamination and maintain cleanliness. Must meet International Electrotechnical Commission 60601-1 medical standard for power supplies. Vendor shall provide an integral condensate control system. Vendor shall provide an integral pressure monitoring with alarm either audible or visual to alert when out of range. Temperature must be between 66-72 degrees and Humidity between 20%-60%. Vendor shall provide a see-through glass door. Vendor shall provide five stainless-steel pull-out shelves, and shelves must be height adjustable. Each shelve must be min. 27 inches to 28 max wide and min 16 inches to 18 max inches deep. Vendor shall provide VA approved steam humidification utilizing standard demineralized water, and an integral 2.8-liter reservoir filled through from spout access. Vendor shall provide post-sterile storage cabinets with a 120V hospital grade minimum 10ft plug-in-cord. Must be 30 inches wide by 35 inches deep and 76 inches high to fit into the existing space for designated use. If the cabinet is larger than these dimensions, it will not fit and it cannot be smaller because these have to be able to hold all the required medical sterile instrumentation. Air Innovations Post-Sterile Storage Cabinets or Equal is needed for this requirement. Assembly and Installation required. No training required. 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. We are seeking sources for products that meet the requirements set forth by the Buy American Act (41 U.S.C. ยงยง 8301-8305). The purpose of this notice is to identify potential offerings that are compliant with the BAA, which stipulates that the U.S. government give preference to domestically produced goods. All products offered must be either manufactured in the United States or, if manufactured outside of the United States, must qualify as domestic end products or construction materials as defined in the BAA and its implementing regulations. By submitting a response to this notice, you certify that the products offered meet these requirements and that upon request, you can provide documentation verifying compliance. Failure to comply with these criteria may result in disqualification from consideration. 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 indicate 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), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items being referenced above? If applicable, please provide the manufacturer name and business size. (4) Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin. (5) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (7) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (8) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (9) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (10) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (11) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items"" meet all the salient characteristics. (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (13) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to israel.garcia2@va.gov. Telephone responses will not be accepted. Responses must be received no later than 04/23/2024 by 12:00PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/69d5c0f9adac48e8a9f38df2019e1d3e/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Long Beach Healthcare System 5901 East 7th Street WAREHOUSE BLDG. 149, Long Beach, 90822-5201, USA
- Zip Code: 90822-5201
- Country: USA
- Zip Code: 90822-5201
- Record
- SN07024848-F 20240411/240409230053 (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 |