Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2024 SAM #8310
SOURCES SOUGHT

44 -- FMS HEPACart AnteRoom & STARC Panels

Notice Date
8/26/2024 6:57:44 PM
 
Notice Type
Sources Sought
 
NAICS
333413 — Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24124Q0654
 
Response Due
8/29/2024 9:00:00 AM
 
Archive Date
10/28/2024
 
Point of Contact
Molly Greening, Contract Specialist, Phone: 413-584-4040 X6413
 
E-Mail Address
Molly.Greening@va.gov
(Molly.Greening@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113, with a size standard 800 employees. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing brand name HEPA Cart mobile containment units, HEPA Cart AnteRoom door and frame modules, and STARC brand LiteBarrier wall modules for the West Haven VA Medical Center in West Haven, CT. A requested item list is included in the attachment. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability, in writing, to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. 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 333413 Industrial and Commercial Fan and Blower and Air Purification Equipment 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 333413 (500 employees). 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. Submission Instructions: Interested parties who consider themselves qualified to supply are invited to submit a response to this Sources Sought Notice by 12:00pm EST on Thursday, August 29, 2024. All responses under this Sources Sought Notice must be emailed to Molly.Greening@va.gov with #36C24124Q0654 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Specifications. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall have verified Veteran Small Business Certification and be registered as a vendor in SAM.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the supply as listed in Attachment 2 STATEMENT OF WORK with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW Specifications. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Attachment 2 DEPARTMENT OF VETERAN AFFAIRS STATEMENT OF WORK Room Isolation and Containment Equipment: AnteRoom, Lite Barrier and HEPACART Background: The VA Connecticut Healthcare System s West Haven campus is seeking to purchase room isolation and containment equipment for use during maintenance activities. This purchase will include two (2) sizes of lite barrier door assemblies (LiteBarrier), (3) anteroom door and frame modules (AnteRoom) of each size, and (2) mobile air containment units (HEPA Cart). Justification: This equipment is needed to efficiently perform maintenance activities in patient areas of the medical center. The equipment will allow maintenance personnel to create an Infection Control compliant environment for work to be performed in. The LiteBarrier door assemblies will be used as temporary barriers to isolate appropriate maintenance or construction activities from other spaces. These temporary but reusable barriers will help reduce noise, dust and infection risks while work is on-going. The AnteRoom modules are designed to be connected to the outside of a door frame and serve as a transition to effectively create an infection control ante room. The HEPA Carts will be utilized to allow for ceiling tiles to be opened and overhead work to proceed without additional infection control barriers. Location: VA Medical Center West Haven 950 Campbell Avenue West Haven, CT 06516 Delivery and Receiving Point of Contact(s): Attention: Facilities Management Services, Construction Supervisor Dean Goodspeed 203-836-4798 dean.goodspeed@va.gov Backup (1): Facilities Management Services, Maintenance and Operations Supervisor Tom Andrews thomas.andrews2@va.gov Backup (2): Facilities Management Services, Healthcare Engineer Kerly Urbano Kerly.urbano@va.gov Scope: Purchase the following equipment as specified in Table 1 below. The vendor shall provide all coverage and benefits to the VA for equipment purchased under this agreement that is normally given in their commercial agreements. This includes but is not limited to warranties, maintenance manuals, user manuals, and customer support. Table 1: Equipment List Equipment General Desc. Equipment/Parts Qty SKU 54"" and 42"" Lite Barrier Assemblies Temporary containment barrier assemblies STARC Standard LiteBarrier 54"" Hinged Door, Without Handleset and Closer 1 LB-HD-54 STARC Standard LiteBarrier 42"" Hinged Door, Without Handleset and Closer 1 LB-HD-42 STARC Schlage Handle Set, Small Format 2 S3-SHS-SFIC STARC LiteBarrier Hinged Door Closer 2 LB-HDC STARC Standard LiteBarrier Wall Module 48"" 6 LB-WM-48 STARC Standard LiteBarrier Air Mgmt Panel 24"" 1 LB-AIR-24 STARC Standard LiteBarrier Wall Module 24"" 1 LB-WM-24 STARC Standard LiteBarrier Wall Module 18"" 2 LB-WM-18 STARC Standard LiteBarrier Wall Module 12"" 2 LB-WM-12 STARC LiteBarrier Right Wall Interface Module 1 LB-RWI STARC LiteBarrier Left Wall Interface Module 1 LB-LWI LiteBarrier Right Wall Filler Panel Module 1 LB-RFP LiteBarrier Left Wall Filler Panel Module 1 LB-LFP LiteBarrier Flexible Corner 4 LB-FC STARC LiteBarrier Quad Screw Joiner Plate 4 LB-JP STARC LiteBarrier Flush Tile Ceiling Grip Clip 24 LB-FGC STARC LiteBarrier Tool Bag 1 LB-TB STARC Mobility Cart 1 S1-MC 48 and 36 AnteRoom Modules Door and frame units for mobile temporary room isolation. AnteRoom 48 with SFIC Handle 3 AR48-0202 AnteRoom 36 with SFIC Handle 3 AR36-0201 Airborne Disinfection Module with Far UV 2 FUV-ADM.USH HEPAFORCE AIR 1100 6 HFAIR1100 HEPAFORCE Duct Kit 6 HFACC-DUCL2 HEPAFORCE 1100 Pre-Filter Case of 12 2 AIR11.PF181802 HEPA Carts Mobile air containment unit with HEPA filtration HEPACART® 55 - AutoLift + ALEM 2 HC55A-000102 Lithium-Ion Battery Power Kit for HEPACART® 2 HC-BAT-KIT-GZY1500X HEPACART® Replacement Pre-Filters 2 PF24241 HEPACART® Vinyl/Dust Top Cover HC55 Series 2 DCHC55U Records Management: Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/911c700813ae41bf85bbaf893e2d808b/view)
 
Place of Performance
Address: Department of Veterans Affairs West Haven VA Medical Center Facilities 950 Campbell Ave, West Haven, CT 06516-2770, USA
Zip Code: 06516-2770
Country: USA
 
Record
SN07186828-F 20240828/240826230129 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.