Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2015 FBO #4843
DOCUMENT

71 -- ER Safe Cabinets - Attachment

Notice Date
2/25/2015
 
Notice Type
Attachment
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Activity;501 Greene Street;Hatcher Building - Suite 2;Augusta GA 30901
 
ZIP Code
30901
 
Solicitation Number
VA24715N0364
 
Response Due
2/26/2015
 
Archive Date
4/27/2015
 
Point of Contact
Lois M Greene
 
E-Mail Address
33-0188
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement only. All responses will be used for market analysis in determining the availability of potential qualified small businesses that may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time, but will be issued at a later date. The Augusta VAMC, 1 Freedom Way, Augusta, GA 30901 is seeking commercial sources to provide Stainless steel base and top cabinets for the safe room located in the emergency room of the facility. Dimension and specification of each cabinet is as follows: Unit #1- Model 22-48-S-BC, 16 gauge sink base cabinet with 14 gauge stainless steel top, heliarc welded construction, all exposed welds ground and polished, 16" x 12" x6" single compartment sink, pre-punched holes for faucet (faucet to be supplied by the VA), sink counter top with left side backsplash and rear back splash, (2) double panel hinged doors with recessed pull handles and cylinder lock keyed alike, (1) adjustable half shelf; overall dimension: 48"Wide x 22" Deep x 36" High. Unit #2 - Model 22-32-BC, 16 gauge base cabinet with 14 gauge stainless steel top, heavy duty type 304 stainless steel construction - 16 gauge and 14 gauge, heliarc welded construction, all exposed welds ground and polished, counter top with right side backsplash and rear backsplash, (2) double panel hinged doors with recessed pull handles and cylinder lock keyed alike, (1) adjustable full width shelf, overall dimensions: 32"Wide x 22"Deep x 36"High. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 238390 with the PSC code of 7125. The size standard for NAICS 238390 is $15M. The Government is interested in all small businesses including Small Business, 8(a), Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Woman Owned Small Businesses that are interested in performing this requirement. The Government requests interested parties submit a response which includes a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOB, etc.), anticipated teaming arrangements (i.e. prime contractor/subcontractor, joint venture, mentor protege relationship, etc.), large or small business and a description of same/similar products offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. Interested firms are requested to provide their aforementioned information, along with interest and capability statements, by no later than close of business on February 27, 2015. No pricing input is being requested. This Sources Sought Notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation Part 10. Additional information regarding this requirement will be posted for viewing on FedBizOpps at https://www.fbo.gov/ as it becomes available. All potential offerors are reminded that lack of registration in the System for Award Management (https://www.sam.gov) will make an offeror ineligible for contract award. NOTE: It is the responsibility of all potential offeror's to monitor the FedBizOpps web site for release of any future synopses or release of the solicitation and any associated amendments. Submissions to this notice may be emailed to Contract Specialist, Network Contracting Office 7 at lois.greene@va.gov. When emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone (if an acknowledgement is not received back via email) is strongly recommended to ensure receipt of your submission by the Government. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24715N0364/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-N-0364 VA247-15-N-0364_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1885451&FileName=VA247-15-N-0364-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1885451&FileName=VA247-15-N-0364-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03651463-W 20150227/150225234545-142a7573f34d89a2e1226d599f575617 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.