Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2018 FBO #6020
DOCUMENT

54 -- 36C25818Q9426 RFI - Attachment

Notice Date
5/16/2018
 
Notice Type
Attachment
 
NAICS
624221 — Temporary Shelters
 
Contracting Office
Department of Veterans Affairs;VISN 22 - Gilbert;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
36C25818Q9426
 
Response Due
5/22/2018
 
Archive Date
7/21/2018
 
Point of Contact
Abdalia "Dale" Smith
 
Small Business Set-Aside
N/A
 
Description
This is NOT a solicitation announcement. This sources sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classification relative to NAICS 624221 Temporary Shelters (size standard of $11,000,000.00). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office Gilbert, is seeking sources that can provide an Quick Inflatable Tent System that at a minimum meets the following salient characteristics for the New Mexico VA Healthcare System (Brand Name or Equal): Scope of Work 1. Description: The Vendor shall provide a quick set up external inflatable Hospital tent system during Emergency response. Tent System shall be delivered to the New Mexico Veterans Affairs Health Care System (NMVAHCS), 1501 San Pedro Dr. SE, Albuquerque, NM 87108. The system shall be a lightweight durable fire and UV resistant PVC coated fabric (military grade 22oz/sq yd) rapid response inflatable tent system, with two (3 x3 ) VA logos, but not be limited to, the furnishing of all necessary labor, materials, parts, tools, equipment to provide in accordance with the terms, conditions, provisions and specifications contained herein, and in accordance with manufacturer s instructions and specifications. The vendor shall provide all of the following: Description Manufacturer Quantity/Each 3.5 Ton AC (42,000 BTU)/ heat pump unit, Evolve Tech Corp. 6 Supply (left) return (right): Unit includes, Complete with Temp Control, Temp, Controller cable, Ducting and power cords, Dimensions: 47.250 H X 60, 000 L X 35,500 W 18 x 28 Flooring Package Evolve Tech Corp 1 20 x 36 Flooring Package Evolve Tech Corp 3 60-240 V 24 LED Light fixtures w Evolve Tech Corp 7 /protective glass case TAG Shelter, 5 arches, 2 doors, Evolve Tech Corp 1 18 04 x 32 07 x 9 02 w/ master blaster /hose kit -600 sq ft. color: White Entrance Module (White) for TAG Shelters Evolve Tech Corp 2 Interior Air Distribution Plenum 15 Evolve Tech Corp 4 TAG inner insulation sheet, Cotton, for Evolve Tech Corp 1 TAG5A2D TAG inner insulation sheet, Cotton, for Evolve Tech Corp 3 TAG6A2D Universal Corridor Connects 2 TAG shelters Evolve Tech Corp 2 Color white TAG Shelter, 6 arches, 2 doors, Evolve Tech Corp 3 20 04 x 40 08 x 10 02 w/ master blaster /hose kit -840 sq ft. color: White Custom Logo/ Lettering (2 Pack) Evolve Tech Corp 1 2. BADGES: All Vendor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. The Vendor is to coordinate with the COR to obtain the I.D. badge from the Police Equipment. The Vendor is to provide a list of names who shall be conducting the equipment. 3. DELIVERY (During Normal Working Hours): The Vendor shall notify the COR when he/she arrives on station, prior to commencing work for any warranty and repairs that shall be performed during the normal working hours of 700 a.m. through 3:30 p.m. 4. VENDOR S DELIVERY TICKET: Upon all delivery of the tent system and set up is completed, the Vendor is required to submit in writing, a complete delivery ticket. At a minimum, this delivery ticket must contain a detailed description of any warranty for the tent system. The delivery ticket shall also include any Vendor recommendations necessary to maintain the system in optimum operating condition. The delivery ticket must be legible and signed by the COR or designee. The equipment delivery ticket is to include the following information: (a) Company Name (c) Contact Telephone Number (d) Date of delivery (g) Description of Work Performed 5. AUTHORIZED WARRANTY: A standard one (1) year manufacture warranty shell be provided. 6. SAFETY STANDARDS: In the performance of this work, the Vendor shall take such safety precautions as the COR of his designee may determine to be reasonably necessary to protect the lives and the health of the occupants of any building. The COR, or his designee, shall notify the Vendor of any noncompliance with the foregoing provisions and the action to be taken. After receipt of such notice, the Vendor shall immediately correct the conditions to which attention has been directed. Such notice, when served on the Vendor or his representative at the site of work, shall be deemed sufficient for the purposes aforesaid. If the Vendor fails or refuses to comply promptly, the COR may issue a stop-work order for all or any part of the work and hold the Vendor in default as provided elsewhere in this warranty. 7. INSURANCE REQUIREMENTS: Before commencing work under this contract, the Contractor shall furnish certification from his insurance company indicating that the coverage outlined in paragraphs (a) and (b) has been obtained and that it may not be changed or canceled without guaranteed thirty (30) days notice to the CO. The CO may waive the requirement if he determines that insurance certifications now on file are acceptable, however, new certifications shall be furnished prior to the expiration date. A. Worker compensation and employer's liability. Contractors are required to comply with applicable Federal and State Worker Compensation and occupational disease statutes. The Contractor shall comply with all applicable Federal and State laws with regard to liability arising or resulting from injury to or death of an employee in performing the work under this contract and shall save and hold the Government 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. B. General Liability. Contractors are required to have Bodily Injury Liability Insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. C. Property Damage Liability. Contractors are required to have Property Damage Liability insurance coverage of at least $500,000. 8. GOVERNMENT HOLIDAYS: Work shall not be performed on the following National holidays: New Year's Day January 1st Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th When a holiday falls on a Sunday, the following Monday shall be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by U.S. Government agencies. Also included, would be any other day specifically declared by the President of the United States of America to be a National Holiday. 9. EQUIPMENT CALLS: Vendor shall provide in the space below, the name, location, and telephone number of the office where equipment calls are to be placed: Name: Address: Telephone: Point of Contact: 10. VENDOR SUBMITTALS: The vender shall submit specifications of the system to the COR and Emergency Preparedness Coordinator (EPC). Vendor will provide one day of in-service training to teach customer on how to set up shelter, ancillary components, and proper deflation and packing away. In-service day will be scheduled by Emergency Manager once all equipment is received. 11. MATERIAL AND MATERIAL SAFETY DATA SHEETS (MSDS): The Vendor is responsible for having material data safety sheets (MSDS) available on-site for all chemicals, solvents, cleaners, paints, adhesives, etc. used by the Vendor, and for following their precautions. The Vendor shall collect, handle, transport, and remove any waste (solid, recyclable, universal, and hazardous) waste as needed and upon completion of the Install. The Vendor shall maintain a work area that is both clean, and safe, throughout the duration of the install. The Vendor shall properly collect and dispose of waste generated as a result of the install. All waste generated shall be disposed of per applicable federal, state, and local regulations. 12. PROTECTION FROM DAMAGE: The Vendor shall provide all labor, materials and equipment necessary to protect equipment and products from damage. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought-out supplies/services, please provide the requested information as well as 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) 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. (2) Is your company considered small under the NAICS code identified under this source sought announcement? (3) Are you the manufacturer or distributor of the items being referenced above? What is the manufacturing country of origin of these items? (4) 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? (5) Does your company have a Federal Supply Schedule (FSS) contract with General Services Administration (GSA) or the National Acquisition Center (NAC) or are you a contract holder with NASA SEWP (National Aeronautics and Space Administration / Solutions for Enterprise-Wide Procurement) or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided for planning purposes. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to abdalia.smith@va.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, May 22, 2018 at 4 PM MST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25818Q9426/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25818Q9426 36C25818Q9426.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4311184&FileName=36C25818Q9426-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4311184&FileName=36C25818Q9426-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04924109-W 20180518/180516230806-864f95fcd22679f8ed92c9c0a1178ad0 (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.