SOURCES SOUGHT
51 -- Double and Trible Sink for VALLHCS
- Notice Date
- 4/22/2024 11:50:06 AM
- Notice Type
- Sources Sought
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26224Q0850
- Response Due
- 4/30/2024 12:00:00 PM
- Archive Date
- 06/29/2024
- 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
- Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 4 Page 1 of 4 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 provide the VA Loma Linda Healthcare System to purchase a one (1) Double Sink T2-2B-7630HA and Trible Sink T2-3B-8430HA or equivalent. This procurement is solely to procure the materials/hardware purchase. Required items is the Double Sink Model No. T2-2B-7630HA and Trible Sink Model No. T2-3B-8430HA one (1) each or equivalent possessing the salient characteristics listed below. Salient Characteristics Double Sink and Trible Sink Model No. T2-2B-7630HA and T2-3B-8430HA one (1) or equivalent. 1.1. Must meet or be equivalent to the following specifications. Bottom fill water inlet sink basins to reduce splashing and aerolizaton of potential contaminates with backsplash mounted mixing valve controls. eDrain electronic drains with external pushbutton control. Integrated sink overflow protection sensors. Wrist comfort edge sink basins to eliminate pinch points and wrist fatigue. Laser etched liter/gallon water volume graduations in each sink basin. Electro-mechanical lifting columns with programmable height adjustment. Pegboard or solid back full width of sink, 36 high with 2.5 grommet holesat bottom for cable management. Overhead LED light full length of sink with pushbutton control and three brightness levels. Backsplash mounted faucets. Marine edge sink countertop. Footrest rail. Locking and leveling casters. Perforated sink drain covers to eliminate small parts going down the drain. Anti-fatigue mat. Water temperature gauge. Quantity: (1) each Reprocessing Sinks Optional Features eSink complete with: Touchscreen Control, Auto-Fill, Temperature Control &Monitoring, Enzymatic Dosing with Dosing Pump. Integrated Ultrasonic Sink Basins. In-Basin Sink Lights. Pre-Rinse Faucets. Treated Water Faucets. Treated Water Gun with tips. Air Gun with tips. Vertical Articulating Shelf. Sink back either pegboard or solid. Colorsafe Colour System available for the sink backs. 2. Delivery Delivery shall be within 90 days of award. The vendor must coordinate with the VA Point of Contact to schedule the delivery. The vendor must clearly tag and label the items with the contract number and Purchase Order (PO) number. The vendor must include equipment manuals with delivery. The units shall come with a minimum 1-year manufacturer s warranty covering labor and parts of manufacturing defects. The Vendor shall take necessary precautions to avoid damaging property during transport. The Vendor shall be responsible for all costs associated with damages. Contractor shall repair or coordinate with the POC for replacement of damaged, defective, or All items to be delivered after receipt of purchase order but not earlier than 06/28/2024 and not later than 06/30/2024. 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 332510 Hardware 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 332510, 750 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 04/30/2024 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/1a9dff250ba64275b60ae40c6143904d/view)
- Place of Performance
- Address: VA Loma Linda Healthcare System 11201 Benton Street, Loma Linda 92357
- Zip Code: 92357
- Zip Code: 92357
- Record
- SN07038904-F 20240424/240422230100 (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 |