SOURCES SOUGHT
10 -- Miscellaneous Weapons
- Notice Date
- 11/26/2024 3:16:08 PM
- Notice Type
- Sources Sought
- NAICS
- 332994
— Small Arms, Ordnance, and Ordnance Accessories Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26025Q0093
- Response Due
- 12/4/2024 10:00:00 AM
- Archive Date
- 12/19/2024
- Point of Contact
- Subrina Cantil
- E-Mail Address
-
Subrina.Cantil@va.gov
(Subrina.Cantil@va.gov)
- Description
- VAPD Pistol Accessories for White City, VA The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified vendors. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to any social economic small business category, small business, or other then small business vendors that are capable and authorized to fulfill this requirement. VA Southern Oregon Healthcare System (White City) VAMC is seeking to procure VAPD Pistol Accessories for use at their White City VAMC facility. This is an unrestricted/open market sources sought notification. This request is for a Brand Name or Equal. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following supply items that are equal to items meeting the below salient characteristics. VAPD Pistol Accessories for White City, VA. Salient Characteristics: ITEM PISTOL ACCESSORIES DELIVERY LOCATION & COSTS Bldg. 225A Warehouse VA SORCC 8495 Crater Lake Hwy. White City, OR 97503 DIMENSIONS Tac Light SureFire X300-UB Ultra LED Length: 3.76 in Bezel Diameter: 1.125 in Trijicon RMR Type 2 w/ 6.5 MOA RED DOT SIGHT Overall Length: 1.77 in Overall Weight: 1.2 oz w/o batteries PERFORMANCE REQUIREMENTS Safariland 7360RDS � 7TS ALS/SLS MID-Ride, Duty Rated Level III Retention Holster Level III Retention Automatic Locking System (ALS) Use w/ Red Dot Optics-equipped firearms Self-Locking System (SLS) Rotating Hood Temp tolerances: 300�F to -50�F Tac Light SureFire X300-UB Ultra LED High Output: 1,000 lumens High Runtime: 1.25 hrs. Peak Beam Intensity: 11,300 candela Batteries: two 123A Switching: Ambidextrous push/toggle Output distance: 213 meters Trijicon RMR Type 2 w/ 6.5 MOA RED DOT SIGHT 6.5 MOA Red Dot 1x Magnification 1 MOA Adjustment CR2032 Lithium Battery MATERIAL and COLOR Safariland 7360RDS � 7TS ALS/SLS MID-Ride, Duty Rated Level III Retention Holster Material: Nylon blend Matte finish design Color: Black Tac Light SureFire X300-UB Ultra LED Construction: Aluminum Finish: Mil-Spec Hard Anodized Trijicon RMR Type 2 w/ 6.5 MOA RED DOT SIGHT Color: Black Forged Aluminum Housing Location: White City VA Medical Center, 8495 Crater Lake Hwy. White City, OR 97503-3011. Potential contractors shall provide, at a minimum, the following information to Subrina.Cantil@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and SAM UEI. 2) Please identify your company�s size (and item manufacture sized) in comparison to the anticipated North American Industry Classification System (NAICS) code 332994. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service-Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Proposed item manufacture [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no all other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) This is a �brand name or equal� requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that �equal� products must meet to satisfy the Government�s needs. To be considered for any potential solicitation, offers of �equal� products, including �equal� products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the �equal� item meets or exceeds the salient characteristics required by the Government. (7) The Buy American Act provides a preference for domestic end products for supplies within the United States. It is anticipated this requirement will include FAR Clause 52.225-1 and 52.225-2. In accordance with FAR Provision 52.225-2, please indicate the country of origin for the proposed item(s). Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration registration for VetCert Registry located at Veteran Small Business Certification (sba.gov). Salient Characteristics have been included in this notice. NO PARTIAL QUOTES WILL BE ACCEPTED. TOTAL LINE-ITEM PRICES WILL BE TOTAL PRICE OF ALL LINE ITEMS WILL BE ACCEPTED. The Government is accepting industry comment on the notice. Comments may or may not be incorporated, at the discretion of the Government. Potential candidates having the capabilities necessary to provide the above stated supply items are invited to respond to this Sources Sought Notice via e-mail to Subrina Cantil at subrina.cantil@va.gov no later than Wednesday, 04 December 2024, at 10 AM PST. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name Address Business size Unique Entity ID Number Point of contact name Phone number E-mail address Any questions or concerns may also be directed to Subrina Cantil via e-mail. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought notice. 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. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). Delivery & Installation would be at: VA Southern Oregon Healthcare System (White City) VAMC Bldg. 225A Warehouse VA SORCC 8495 Crater Lake Hwy. White City, OR 97503 Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eca4aa3d633e48febd21a62d7227a40c/view)
- Place of Performance
- Address: White City, OR 97503, USA
- Zip Code: 97503
- Country: USA
- Zip Code: 97503
- Record
- SN07276428-F 20241128/241126230114 (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 |