Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2024 SAM #8418
SOURCES SOUGHT

73 -- Sources Sought - Self Heating Griddle

Notice Date
12/12/2024 8:11:47 AM
 
Notice Type
Sources Sought
 
NAICS
333310 —
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26025Q0125
 
Response Due
12/19/2024 3:00:00 PM
 
Archive Date
01/03/2025
 
Point of Contact
Peter Park, Contracting Officer
 
E-Mail Address
Peter.Park2@va.gov
(Peter.Park2@va.gov)
 
Awardee
null
 
Description
Notice of Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this source sought notice will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule may be applicable, and a waiver will not be sought for this potential acquisition. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: Ultra-Max heavy duty griddle electric countertop 48 x 24 d Manufacturer: Star Part #: 748TCHSA Quantity: 2 Required Salient Characteristics: The VA Puget Sound Healthcare System (American Lake) has a requirement for the following: Procurement & delivery of two electric commercial griddles (Vulcan HEG48E-24C or Star Ultra-Max 48TCHSA or equivalent). Salient Characteristics: The equipment must be a tabletop griddle with adjustable legs. The equipment must have a chrome griddle plate The equipment must be constructed from National Sanitation Foundation Food Safety compliant stainless steel & materials. The equipment must have a backsplash & (tapered) side-splash guards. The equipment must have 208V 3-phase electric connection. The equipment must have one heating element for 12 with snap-action thermostatic controls. The equipment must have temperature range up to 450F. The equipment must have a 48 W x 24 D cook top The equipment must have a grease gutter/drawer. The equipment must have adjustable legs Period of Performance: 90 Days after receipt of order. Warranty: The vendor shall provide details on warranty information. The Photos & Diagrams Below Are to Provide Guidance to the Vendors Only: Required Information in Your Response to Sources Sought: In order to be considered a valid source that can impact the set-aside determination of a possible future solicitation, potential contractors shall provide, at a minimum, the following information to peter.park2@va.gov: 1) Company name, address, and point of contact, phone number, e-mail address, and UEI. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 333310 Commercial and Service Industry Machinery Manufacturing. 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 Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must provide a SBA certification and be registered with U.S. Small Business Administration Veteran Small Business Certification (VetCert) located at https://veterans.certify.sba.gov/. 4) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 5) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. 6) 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 EACH of the salient characteristics required by the Government. Government will not perform further research if the information provided is unclear whether it meets any required salient characteristic. 7) Please identify the country of origin for all items. If it is a foreign end product, fill out the following: Item Country of origin * Exceeds 55% domestic content (yes/no) * For COTS items, the 55% (now 60%) domestic content test is waived. 8) Please list the names of manufacturer of the supply items (brand name or equal) you identified for this Sources Sought. If 50% or more of the total quote amount comes from small business manufacturers based on the above NAICS Code, please provide a narrative on whether your company meets the definition of a nonmanufacturer in accordance with 13 CFR § 121.406(b) below. Does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS Code 541519, which is found at § 121.201, footnote 18); Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; and Will supply the end item of a small business manufacturer, processor or producer made in the United States. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources 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). Shipping Address: Puget Sound VA Health Care System 1660 S Columbian Way Seattle, WA 98108 Point of Contact: Peter Park Contracting Officer peter.park2@va.gov Response Deadline: 12/19/2024 by 3:00pm Pacific Time
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a668fd074c6e429887bc2e42cf929516/view)
 
Place of Performance
Address: Puget Sound VA Health Care System 1660 S Columbian Way, Seattle 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN07291012-F 20241214/241212230122 (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.