SOURCES SOUGHT
73 -- CONVEYOR DISHWASHER
- Notice Date
- 5/17/2024 10:31:38 AM
- Notice Type
- Sources Sought
- NAICS
- 335220
— Major Household Appliance Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26224Q1193
- Response Due
- 5/28/2024 10:00:00 AM
- Archive Date
- 07/27/2024
- Point of Contact
- Choo, Sam, Contract Specialist, Phone: sam.choo@va.gov
- E-Mail Address
-
sam.choo@va.gov
(sam.choo@va.gov)
- Awardee
- null
- Description
- 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 source 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 Department of Veterans Affairs Network Contracting Office 22 is seeking a contractor to provide HOBART FT1000E or Equivalent Dishwasher for the Nutrition and Food Services Department at the CARL T. HAYDEN VAMC, Phoenix, AZ. The prospective contractor must be able to provide the following items: Must be wired for 240V/60H/3A. Must have no more than 58 GPH water usage Must have a single point vent location. Prewash, Power wash, and Power rinse pump motor must have minimum power of 3.5 H.P. Must have Stainless steel pumps with stainless steel impellers. Must have minimum 30-Inch-wide conveyor belt. Must have steam tank heat/steam booster heater/electric blower dryer. Must include vent connection kit/connector. Must be NSF Approved & UL Listed. Must have right to left orientation. Must include automatic soil removal system with external soil collector. Must have digital controller with machine diagnostics. Must have low temperature alert. Must have Start-and-stop switches at both ends. Must have maximum load section length of 30 and unload section length of 48. Must have auto cleaning and deliming function. Dimensions must be no greater than the following to fit into existing space: Height: 82-5/8 (max) Width: 44-13/16 (max) Length: 21.3 (max) Warranty - Must include 2 Year - parts and labor warranty. If you are interested and are capable of providing the required supply(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 335220? (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) Must provide general pricing for your products/solutions for market research purposes. 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 335220 (1,500 Employees). Responses to this notice shall be submitted via email to sam.choo@va.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, 5/28/2024 10:00 AM PT. After review of the responses to this source 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/ecdcf84831da46a491f428b40892052b/view)
- Place of Performance
- Address: Department of Veterans Affairs CARL T. HAYDEN VAMC 650 E. Indian School Rd, Phoenix 85012
- Zip Code: 85012
- Zip Code: 85012
- Record
- SN07068876-F 20240519/240517230051 (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 |