Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2025 SAM #8518
SOURCES SOUGHT

59 -- Medical Grade Power Strips

Notice Date
3/21/2025 10:42:36 AM
 
Notice Type
Sources Sought
 
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
36C26225Q0684
 
Response Due
4/3/2025 4:00:00 PM
 
Archive Date
06/02/2025
 
Point of Contact
Ismael Vicente, Contract Specialist, Fax: VA Long Beach Healthcare System
 
E-Mail Address
Ismael.vicente@va.gov
(Ismael.vicente@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this source sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. The VA Long Beach Healthcare System requires the purchase of Medical Power Strips. The VA Loma Linda is located 5901 East 7th, Street Building 149 warehouse in Long Beach, CA 90822 and is the expected place of delivery. The prospective contractor must be Brand Name or Equal parts specifications provided in the Salient Characteristic document. Item, Model, Description and Quantity: 0001 Leviton 53C6M-1S7 or Equivalent Standard Strip 20 A, 6 outlet, 7 cord or equal EA 955 0002 Leviton 53C6M-1S5 or Equivalent Standard Strip 20 A, 6 outlet, 15 cord or equal EA 250 Salient Characteristics Conforms to safety standards UL 1363A, UL60601-1, UL60950-1, and UL 1449* Hospital grade outlets and plug Heavy duty steel construction that withstands demanding environments Built-in overload protection shuts off the strip in case of power draw and can be returned to service with the simple push of a button. Locking safety covers that are splash-resistant and protect from incidental contact with unused outlet. Strips with loaf Monitoring Inform Technology feature a line-of-sight, real-time LED indication of when the NFPA 99 load limit (75%) has been reached. Surge protective Strip with Load Monitoring Inform Technology 20 A, 6 outlets, 7 cord Can be permanently mounted to moveable equipment Does not have a manual on/off switch Have receptacle covers that can only be opened with the use of a tool Standard Strip 20 A, 2 outlets, 7 cord Surge protective strip 20 A, 6 outlet, 15 cord Image provided for Guidance only If you are interested and are capable of providing the required service(s) 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 335999? (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 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 335999 (500 employees). Responses to this notice shall be submitted via email to Ismael.vicente@va.gov . Telephone responses will not be accepted. Responses must be received no later than 04/03/2025 16:00 PST. Items being offered must be in compliance with the Buy American Act. Please note there is an NMR 335999 All Other Miscellaneous Electrical Equipment/Component Manufacturing (Electric Lamp Starters/Lamp Holders, Etc. 1/28/2008 73 Fed. Reg. 4941. After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. 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 the Department of Veterans Affairs Center for Veteran The Buy American Act Applies to this procurement ;(BAA) (41 U.S.C. ยงยง 8301 8305) is the primary law addressing domestic content preferences in Federal procurement. It provides a preference for the purchase of domestic supplies (or domestic end products) and domestic construction materials. The implementing regulations for the BAA in the Federal Acquisition Regulation (FAR) provide a two-part test for determining if an end product (that does not consist wholly or predominantly of iron or steel or a combination of both) qualifies as a domestic end product: (i) the end product must be manufactured in the U.S.; and (ii) effective October 25, 2022 more than 60 percent of the cost of its components must be mined, produced, or manufactured in the U.S.1 The domestic content threshold increased to 60 percent on October 25, 2022, further increases to 65 percent in calendar year 2024, and 75 percent in calendar year 2029. In the event no domestic products can meet the new thresholds or the cost to acquire them would be unreasonable, there is a 55 percent fallback threshold in effect from October 25, 2022 through December 31, 2029. For end products consisting wholly or predominantly of iron or steel or a combination of both, the cost of domestic components must be 95 percent to qualify as a domestic end product. 2 The FAR provides similar standards for domestic construction materials.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/29faab738ca0430fa8c394bb3872b8ab/view)
 
Place of Performance
Address: 5901 East 7th Street, Long Beach 90822
Zip Code: 90822
 
Record
SN07381551-F 20250323/250321230049 (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.