SOURCES SOUGHT
65 -- Audiometric Room
- Notice Date
- 6/28/2024 10:32:09 AM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26224Q1418
- Response Due
- 7/5/2024 10:00:00 AM
- Archive Date
- 08/04/2024
- Point of Contact
- Hestia Sim, Contract Specialist
- E-Mail Address
-
Hestia.Sim@va.gov
(Hestia.Sim@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 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 supplies described below. The Department of Veterans Affairs Long Beach Healthcare System has a requirement to purchase a custom Audiometric Room with an authorized vendor to supply and deliver the item(s) identified in Table below. This requirement is in support of a brand name or equal requirement. For those items that are or equal/equivalent custom audiometric room, a description of salient characteristics is outlined below. The FAR clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non-responsive and not considered for award. No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM. Deliverables: CLIN Description Quantity UOM 0001 Custom Sound Room/Audiometric Room meeting all salient characteristics and requirements (including installation service and delivery required under General Conditions/Requirements). Brand Name: Eckel USA Audiometric Rooms CL-15 LP PRIME MOD CAM-LOCK ROOM or equal 1 EA Salient Characteristics: Must be a single wall room. Must fit into 156 x 102 room. Must have a minimum of two outlets inside. Must have a 120 volt. Must meet VA ramp standard of 1:20 slope ratio. Must have at least one window on a wall for Audiologist to see inside from outside. Must have at least one window on a door for Audiologist to see inside from outside. Must be soundproof. Must be no larger than 53 x 64 dimension. Must have a functional door that is ADA complaint. Must have a sprinkler hole. Must have LED lighting. GENERAL CONDITIONS/REQUIREMENTS: Place of Performance: Santa Ana VA Clinic 1506 Brookhollow Drive, Santa Ana, CA 92705 Period of Performance shall be determined prior to award. Schedule and Order Management The awardees actual delivery dates will be confirmed by VA upon 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 POC. Schedule changes that are beyond the dates specified in the contract will require approval by the Contracting Officer and a contract modification. If there are any unforeseen delays and issues, vendor is required to notify VA POCs immediately. Delivery and Receiving: Delivery and receipt of the proposed items is anticipated to be directed to the location identified above under Place of Performance. Confirmation of delivery location will be provided by the VA POC post-award. Delivery must be coordinated with the VA POC (which shall be determined prior to award) to any attempts at delivery. Any item that has not been coordinated will be turned away and any additional charges will be the responsibility of the sender/transportation company. Vendor responsible for conducting a site visit to verify logistics and loading dock access/egress. Delivery shall be freight on board (FOB) Destination. Delivery fees must be included in the total cost. The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1600 (i.e.: 8:00am to 4:00pm Pacific Local Time), Monday through Friday, and excluding Federal Holidays. Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials. Labeling of delivered items shall include the awarded contract number and VA purchase order number for identification (which shall be provided upon award) and reference upon receipt of product. Delivery and Installation Shall Include: Offloading the equipment from the truck, moving the equipment to the correct delivery location in the space, uncrating or unboxing the equipment and removing all trash (including pallets), setting up the equipment according to the manufacturers specification and testing the equipment to verify that it is operational. Equipment installation paperwork & warranty information must be handed to the approved government contact onsite. Use of Warehouse-Not applicable direct delivery to the new facility. If the vendor requires the use of the Government s activation contractor s warehouse to meet the requirements of this contract, the vendor must provide a certificate of insurance prior to the delivery and offloading of the item(s). This insurance certificate must be completed and presented to the activation contractor prior to delivery. Installation is required under this contract. The vendor shall communicate through the VA POC any required coordination requirements. Personnel performing installation, maintenance, and/or repair services must be fully qualified, competent, technicians. Fully qualified and competent is defined as factory trained and verified by the Original Equipment Manufacturer (OEM). Installation and assembly shall take place during normal business hours which are defined as: 0800 to 1600 (i.e.: 8:00am to 4:00pm Pacific Local Time), Monday through Friday, and excluding Federal Holidays. The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur as a result of the vendor s (or associated sub-contractors) installation. During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and VALBHCS. On-site representative can be the installer. All instructions provided from COR to the representative will be binding as if given to the vendor s main contact. The COR may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract. Clean Up and Disposal There are no dumpsters available for vendor use. The removal of waste and/or excess material shall be conducted through the loading dock area. Delivery trucks and/or other vendor vehicles will not be permitted to remain at the loading dock. Vehicles will need to be brought back to the dock if required to remove any waste, tools, or excess materials. Deliverables: The vendor shall provide CAD drawings (including shop drawings) and specifications for site prep for their product as required. The vendor shall provide a completed VA Form 6550 with submittal documents for any and all item(s) that may connect to the VA network and medical devices that store sensitive patient information. Standard Warranty: The products shall be covered by vendor s standard warranty terms and provisions. Vendors to provide their standard warranty information in their proposals. It should be noted however that the warranty coverage shall be no less than 1 YEAR per VA policy. The vendor shall extend such warranty directly to the customer as if such customer had purchased the Products directly from the vendor. The vendor shall warrant the products against defects in material and workmanship under normal use and service, repair or replace at vendor s cost any defective Product (or issue a credit or refund, as the case may be, based on the purchase price paid therefor); and The vendor shall pay (or refund the amount of) all freight and shipping charges for any defective Products returned under this paragraph. Use of Premises: If during the performance of this contract, work will be carried out on Santa Ana VA Clinic premises, the vendor shall perform all work in such a manner that will cause a minimum interference with Santa Ana VA Clinic operations and the operations of other contractors on the premises. The vendor shall communicate through the VA POC any required coordination requirements with the General Construction contractor (GC) prior to and during delivery and installation activities. The project may be an active construction site during delivery and installation. The vendor shall take all necessary precautions to protect the premises and all persons and property therein from damage or injury. The vendor shall assume responsibility for taking precautions for the vendor's (and associated subcontractors ) employees, agents, licensees, and permittees. The vendor shall abide by any safety requirements imposed by the GC (e.g., hard hats, safety vests). Items being offered must be in compliance with the Buy American Act. If you are interested and are capable of providing the required supplies, 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 334510 Electromedical and Electrotherapeutic Apparatus 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 and product lead time for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. 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 334510 (1,250 employees). Responses to this notice shall be submitted via email to Hestia.Sim@va.gov. Telephone responses will not be accepted. Responses must be received no later than 7/5/2024 10:00 AM Pacific Local Time. 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 U.S. Small Business Administration (SBA) located at http://veterans.certify.sba.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9fcfe475ae1648f897afd7f33231943b/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Long Beach Healthcare System Santa Ana VA Clinic 1506 Brookhollow Drive, Santa Ana 92705, USA
- Zip Code: 92705
- Country: USA
- Zip Code: 92705
- Record
- SN07112798-F 20240630/240628230127 (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 |