Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 09, 2024 SAM #8383
SOURCES SOUGHT

65 -- Sources Sought Notice - VANEC Scrubbers and Linen Carts

Notice Date
11/7/2024 7:20:46 AM
 
Notice Type
Sources Sought
 
NAICS
333310 —
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225Q0113
 
Response Due
11/21/2024 9:00:00 AM
 
Archive Date
11/26/2024
 
Point of Contact
LaTriece Bruce, Contract Specialist, Phone: Telephone inquiries will not be accepted.
 
E-Mail Address
latriece.bruce@va.gov
(latriece.bruce@va.gov)
 
Awardee
null
 
Description
1.0 DESCRIPTION The Department of Veterans Health Administration (VHA) within the VA North Eastern Consortium (VANEC) VISN 1,2,4, and 5 is seeking a multi-award Blanket Purchase Agreement (BPA) contract, to supply motorized linen carts and floor scrubbers/polishers for VANEC facilities. This Request for Information (RFI) is issued in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The VHA is seeking qualified sources to provide motorized linen carts and floor scrubbers/polishers for VANEC facilities. The VA intends to award a Multiple-Award IDIQ Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.504 IDIQ Contracts. Vendors will be required to deliver to different locations within the geographical coverage area within the VANEC. The anticipated period of performance is a 60 month ordering period (a base period plus four one-year options). However, the Government's decision as to whether to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The associated North American Industrial Classification System (NAICS) code for this procurement is 333310 Commercial and Service Industry Machinery Manufacturing and the associated size standard is 1,000 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at https://www.sam.gov/portal/public/SAM/. All quoters must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the Vendor Information Pages (VIP) database at: https://www.vip.vetbiz.va.gov/ at the time of quote submission. This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. 2.0 QUESTIONS Business Size: Type of Business of Prime Contractor (Check all applicable boxes) Large Business   Small Business (Check type of Small Business Below, if applicable)     Small Disadvantaged Business (SBA Certified)   Women-Owned Small Business   HUB Zone Small Business (SBA Certified)   Veteran Owned Small Business*     Serviced Disabled Veteran Owned Small Business*     8(a) Small Business (SBA Certified)   *If SDVOSB or VOSB indicate if your company is certified on VetCert Does your company maintain any Schedule Contracts (e.g., GSA, GWAC etc.)? If so, list where the required supplies are offered (please provide the contract number, expiration date, and Government point of contact). Are there any supply chain limitations? If so, please explain. Does your company have the ability to provide the necessary equipment and the required services (i.e., installation)? See SOW attachment for equipment being considered. Does your company have the ability to provide the necessary equipment and the required services at all VA sites throughout the VANEC? See SOW attachment for anticipated delivery locations. Responses to this Sources Sought Notice shall include the following: Full name and address of company DUNS number Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer. Country of Origin designation for all products Ability to provide uninterrupted supply of products. Technical Literature that clearly shows product(s) meet the identified salient characteristics (if submitting an or-equal item) Any additional product solution or configuration that would be beneficial to the functionality of the product line identified. Responses are due via email to latriece.bruce@va.gov by 12:00 PM Eastern Standard Time (EST) November 21, 2024. DISCLAIMER: This Source Sought/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. In accordance with 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 Source/Sought RFI. The Government is not obligated to provide comments to vendor submissions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d7a53ff40e1d49d89b7ba42553d15091/view)
 
Record
SN07260522-F 20241109/241107230114 (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.