SOLICITATION NOTICE
59 -- Electrical Material Parts
- Notice Date
- 12/2/2024 1:45:22 PM
- Notice Type
- Presolicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q0200
- Response Due
- 12/9/2024 3:00:00 PM
- Archive Date
- 01/08/2025
- Point of Contact
- Victor Oliveros, Contracting Officer
- E-Mail Address
-
victor.oliveros@va.gov
(victor.oliveros@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW 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 RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 335999 (size standard of 600 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing repetitive delivery of various medical gases requirements for multiple VA Medical Centers. The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements. For instances where your company cannot meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please explain. For instances where your company can meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) Please indicate the 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. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of DRAFT/SALIENT CHARACTERISTICS/SOW? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to victor. oliveros@va.gov. Telephone responses will not be accepted. Responses must be received no later than December 9, 2024 by 15:00 PST. Item # Description/Part Number* Item Number Qty 1 Insulating Electrical Tape: Gen Purpose, 3M , Scotch®, 35, Vinyl, 3/4 in x 66 ft, 7 mil Tape Thick 2A230 20 2 Insulating Electrical Tape: Gen Purpose, 3M , Scotch®, 35, Vinyl, 3/4 in x 66 ft, 7 mil Tape Thick 3A184 20 3 Insulating Electrical Tape: Gen Purpose, 3M , Scotch®, 35, Vinyl, 3/4 in x 66 ft, 7 mil Tape Thick 2A229 20 4 Insulating Electrical Tape: Gen Purpose, 3M , Scotch®, Super 33+, Vinyl, 3/4 in x 52 ft, 100 PK 2FZC9 1 5 Fire-Rated Down Lighting: 8 in Nominal Size, 2700K/3000K/3500K/4000K/5000K, 1,600 lm Light Output 826A34 100 6 Linear LED Bulb: Type B, 4 ft Nominal Lg, T8, 14.5 W Watt, 25 W_28 W_32 W Watt Equivalency 806G28 1100 7 Linear LED Bulb: Type B, 2 ft Nominal Lg, T8, 9 W Watt, 17 W Watt Equivalency, 5000K, Glass 55GU03 100 8 Linear LED Bulb: Type B, 3 ft Nominal Lg, T8, 11.5 W Watt, 25 W Watt Equivalency, 5000K 494P26 200 9 Photocontrol Shorting Cap: Flush In-Post Photocell Mounting 55VD66 100 10 Photocontrol: Thread Stem Photocell Mounting, 1/2 in Stem Dia, SPST, 120-277V AC 710N34 24 11 LED Flush Mount: 11 in Nominal Size, 3000K/4000K/5000K, 900 lm Light Output, 14 W Max Fixture Watt 792KM0 20 12 LED Can Light Retrofit Kit: 6 in Nominal Size, 3000K/3500K/4000K, 90 Color Rendering Index, White 60TZ60 10 13 LED Linear Fixture: 56 W Max. Fixture Watt, 5,000 K Color Temp, 6,750 lm, 2 Lamp T8 53UE21 10 14 LED Can Light Retrofit Kit: 8 in Nominal Size, 3000K/3500K/4000K, 90 Color Rendering Index, White 60TZ61 200 15 LED Can Light Retrofit Kit: 4 in Nominal Size, 3000K/3500K/4000K, 90 Color Rendering Index, White 60TZ59 10 16 Digital Clamp Meter: Clamp-Jaw Jaw, CAT III 600V/CAT IV 300V, TRMS, 400 A Max. AC Current 20E890 4 17 Straight Blade Plug: 5-15P, 15 A, 125V AC, Black/White, 2 Poles, Screw Terminals 5A076 10 18 Angle Straight Blade Plug: 5-15P, 15 A, 125V AC, Clear, 2 Poles, Screw Terminals, Hospital Grade 5Z869 10 19 Angle Straight Blade Plug: 5-20P, 20 A, 125V AC, Clear, 2 Poles, Screw Terminals 5Z870 10 20 Straight Blade Plug: 5-20P, 20 A, 125V AC, Black/White, 2 Poles, Screw Terminals 5Z868 10 21 Insulating Electrical Tape: Gen Purpose, 3M , Scotch®, 35, Vinyl, 3/4 in x 66 ft, 7 mil Tape Thick 2A228 20 22 Insulating Electrical Tape: Gen Purpose, 3M , Scotch®, 35, Vinyl, 3/4 in x 66 ft, 7 mil Tape Thick 2A231 20 23 Insulating Electrical Tape: Gen Purpose, 3M , Scotch®, 35, Vinyl, 3/4 in x 66 ft, 7 mil Tape Thick 2A232 20 24 Insulating Electrical Tape: Gen Purpose, 3M , Scotch®, 35, Vinyl, 3/4 in x 66 ft, 7 mil Tape Thick 3A186 20 25 Photocontrol: Thread Stem Photocell Mounting, 1/2 in Stem Dia, SPST, 120V AC, 120V AC 6P008 25 26 Parking Lot Light Fixture: Arm, 17,367 lm, 135 W Fixture Watt, Type III, 150 to 400W HPS, 4000K 53XH21 60 27 Floodlight: 938 lm, 10 W Fixture Watt, 120 to 277V AC, 3000K, NEMA 4x4, 75W HAL, Black, Swivel 31LA60 20 28 Linear LED Bulb: Type B, 4 ft Nominal Lg, T8, 15.5 W Watt, 3500K, 2,100 lm Light Output 60WT65 500 29 Floodlight: 10,500 lm_14,000 lm_8,500 lm, 100 W_150 W_17 W_34 W_56 W Fixture Watt, 120 to 347V AC 802NE2 25 30 Area and Roadway Lighting Fixture: Pole, 14,397 lm, 109 W Fixture Watt, Type IV, 400W MH, 5000K 812XE8 25 All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement. STATEMENT OF WORK (SOW) OBJECTIVE Purchase Various Electrical Parts for Stock to maintain the Sepulveda Ambulatory Care Center 16111 Plummer Street, North Hills, CA 91343. Hereafter referred to SACC. 2. BACKGROUND A level of stock must be on hand to maintain the Facility at JACO & AWE Standards for Patient Care, Employee s, and Visitor s Safety & Comfort. 3. SCOPE SACC Electronics Shop working Hours are Monday through Friday, 7:00am to 4:30pm. a. DESCRIPTION b. Delivery Delivery to SACC, 16111 Plummer St, Building 7 Loading Dock, North Hills, CA 91344 4. Additional REQUIREMENTS The delivery must be done during a daytime shift between the hours of 7:00am to 4:30pm while engineering employees are on site. 5. TESTING N/A 6. PERFORMANCE MONITORING The Contracting Officer Representative (COR) will monitor the supplier performance and certify the supplies were delivered/received in accordance with the SOW. COR/ Supervisor Contact Information: Name: Keith Hayhurst Section: Engineering/Electronics Shop Address: 16111 Plummer St, Bldg 7, Rm B-4a Phone Number: 818-891-7711, Ext 38851 Fax Number: N/A E-Mail Address: keith.hayhurst@va.gov 7. SECURITY REQUIREMENTS: No access to the Department of Veterans Affairs computer system is required. The C&A requirements do not apply, and that a Security Accreditation Package is not required. 8. PERIOD OF PERFORMANCE The period of performance will be two (2) months from the date the contract is awarded. hours of Work: VA Sepulveda Electronics Shop Monday through Friday 7:00am to 4:30pm ** Excluding National holidays. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Overtime & Holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. Insurance Coverage: The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. Invoicing & Payment Contractor shall list in the space below the name(s) and Address(es) of customer service department with whom the Government facilities shall place orders: Company Name: Address: Phone: Contact Name: Email: The Contractor shall submit in arrears a properly completed itemized invoice in accordance with FAR clauses 52.212-4(g) Contract Terms and Conditions Commercial Items via OB10 www.ob10.gov Invoices submitted for payment shall be reviewed for accuracy and shall be subject to approval by the Government prior to issuance of payment. The invoice MUST be itemized to include the following information. Facility name and address where service was provided Contract number Purchase order number Quantity Cost Date No advance payments shall be authorized. Payment shall be made on a monthly arrears for services provided during the billing month in arrears in accordance with FAR 52.212-4, para. (i) Upon submission of a properly prepared invoice for prices stipulated in this contract for services delivered and accepted in accordance with the terms and conditions of the contract, less any deductions stipulated in this contract. Payment of invoices may be delayed if the appropriate invoices as specified in the contract are not completed and submitted as required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b5bae4429b8246918e73c5907b020efe/view)
- Place of Performance
- Address: Sepulveda Ambulatory Care Center 16111 Plummer Street, North Hills 91343, USA
- Zip Code: 91343
- Country: USA
- Zip Code: 91343
- Record
- SN07279149-F 20241204/241202230112 (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 |