SOLICITATION NOTICE
Z -- Privacy Door Hardware & Installation
- Notice Date
- 4/8/2020 7:40:57 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0613
- Response Due
- 4/15/2020 12:00:00 AM
- Archive Date
- 05/15/2020
- Point of Contact
- Adrienne Brown adrienne.brown4@va.gov
- E-Mail Address
-
adrienne.brown4@va.gov
(adrienne.brown4@va.gov)
- Awardee
- null
- Description
- THIS SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified businesses under NAICS 236220. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources for PRIVACY DOOR HARDWARE & INSTALLATION. Specifically, the agency is seeking the following Item numbers: Item # Description Quantity UOM 9K30LL14DS3626 Privacy Door Hardware 86 EA Delivery and Installation 1 EA ***See Attached: SALIENT CHARACTERISTS, STATEMENT OF WORK & INSTALLATION LOCATIONS*** If you are interested, and are capable of providing the required supplies please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, size of business pursuant to the following questions: 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.) Are you currently registered in SAM and VIP? Is your company considered small under the NAICS code identified under this RFI? If not, is your company considered small under a related NAICS code? Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. 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? Please provide general pricing for your products/solutions for market research purposes. Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to brand name items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to Adrienne.brown4@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, April 15th at 1:00 PM PST. 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. VA San Diego Healthcare System B9K30LL 3350 La Jolla Village Dr. San Diego, CA 92161 Project: VA Medical Center Privacy Door Hardware Issue Date: March 2020 Total Quantity: 86 Finish Samples Required if Checked Manufacturer Certified Installation Required if Checked BMET Training Required if Checked End User Training Required if Checked On-Site Coordinated Delivery Required Advanced Warehouse Delivery Required if Checked if Checked Item Name: B9K30LL Privacy Door Hardware Brand Name or EQUAL: BEST: 9K30LL14DS3626 Salient Characteristics: 9K30LL14DS3626 or equivalent, Heavy Duty Grade Cylindrical, must conform with ANSI A156.2, cylinders shall be removable core type, cylinders shall be furnished with construction removable cores, cylinders shall be removable by special key or tool, disassemble of lever or lockset shall not be required to remove core from lockset. Cylindrical Lock and Latch Set: levers shall meet ADA (Americans with Disabilities Act) requirements. Cylindrical locksets shall be series 4000 Grade I minimum. All locks and latch sets shall be furnished with 122.55 mm (4-7/8inch) curved lip strike and wrought box. At outswing pairs with overlapping astragals, provide flat lip strip with 21mm (7/8-inch) lip-to-center dimension. Lever design to match selected lever design. Where two turn pieces are specified for lock F76, turn piece on inside knob shall lock and unlock inside knob, and turn piece on outside knob shall unlock outside knob when inside knob is in the locked position. (This function is intended to allow emergency entry into these rooms without an emergency key or any special tool.) VA MEDICAL CENTER SAN DIEGO General Conditions and Statement of Work This is not a solicitation announcement Mar 25, 2020 Introduction VA San Diego Healthcare System (VASDHCS) has a requirement to purchase This is not a solicitation announcement from a successful offeror to supply and deliver the item(s) identified in Table 1 below. This requirement is in support of a brand name or equal requirement. See attached salient sheets for salient characteristics. This requirement is in support of the DA 149, Design for patient Privacy and Women Veteran s Health. Table 1 Items Summary Item # Description Quantity UOM 9K30LL14DS3626 Privacy Door Hardware 86 EA n/a Delivery and Installation 1 EA General Conditions Site and Warehouse Address Provide and deliver to the VASDHS to the address below, delivery shall be coordinated with VASDHS: VA San Diego 350 La Jolla Village Dr. Bldg. 1 San Diego, CA 92161. VASDHS Warehouse Hours of Operation: 7:00am-3:00pm, M-F, excluding Federal Holidays. Contractor shall provide all necessary materials, equipment, labor, supervision, and management to satisfy the requirements of this procurement. Delivery Schedule Coordination with the VA COR is required for the delivery of items. Specific dates will be set prior to delivery. Schedule and Order Management The vendor shall not increase prices for a change in delivery date for up to 30+ days due to unforeseen delays. The awardees actual delivery dates will be confirmed by VA upon award. Post-award the vendor will coordinate delivery prior to beginning any work. Once the dates have been confirmed, modifications to the schedule are subject to written approval by the COR and the vendor. Schedule changes that are beyond the dates specified in the contract will require approval by the Contracting Officer and a contract modification. Delivery and Receiving Delivery and receipt of the proposed items is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided post-award. To coordinate delivery, contact the VA POC: Luis G Chavez at (858)642-6455, luis.chavez3@va.gov, or Ismaila Ndiaye, at (858)228-6138 Ismaila.Ndiaye@va.gov VASDHS Warehouse (Direct Delivery to address detailed in paragraph 2.1.1) The delivery of items identified in this document shall take place during normal business hours which are defined as: 0700 to 1500 (i.e.: 7:00am to 3:00pm Pacific Standard Time), Monday through Friday, and excluding Federal Holidays. Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials. Labeling of delivered items shall include the VA facilities contract number and VA purchase order number for identification and reference upon receipt of product. Job Site Cleanliness There are no dumpsters available for vendor use. All vendor trash is to be handled by the vendor and removed from site daily. The vendor shall provide the VA COR a summary report indicating the total quantity of trash and recycled material for the job. The removal of waste and/or excess material shall be conducted through the loading dock area. Assembly, Installation, and Final Acceptance Contractor shall provide a submittal of proposed hardware for review and acceptance prior to installation, location of the Items listed in Table 1 are described in Attachment A. Proposed hardware shall meet specification requirements as listed in attached salient sheet for salient characteristics. The vendor is required to manage and coordinate installation at the San Diego VA Medical Center with the VA POC. On-site assembly and installation of items, and performance of services identified in this document shall take place during normal business hours which are defined as: 0700 to 1500 (i.e.: 7:00am to 3:00pm Pacific Standard Time), Monday through Friday, and excluding Federal Holidays. The vendor is required to define the need for a staging area to accommodate item assembly and installation, if needed. Post-award, this information will be confirmed with the vendor. The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur as a result of the vendor s (or associated sub-contractors) installation. During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and VA COR. On-site representative can be the installer. All instructions provided from COR to the representative will be binding as if given to the vendor s main contact. The COR may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract. Training- Not applicable. Product Inspection and Warranty The Contractor shall verify and inspect all items. Any and all deficiencies (damage/overage/shortage) shall be brought to the attention of the assigned VA COR in writing, preferably via email, immediately upon identification. Contractor shall repair or coordinate with the COR for replacement of damaged, defective, or missing items. The warranty of an item is to start on the date of acceptance of the products/services by the COR. The Contractor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the warranty period. The cost of installation and travel of replacement material and parts shall be borne by the Contractor. List of Attachments Attachment A Privacy Door Hardware Location Attachment B - Design Alert 149, Design for Patient Privacy and Women Veterans Health (October 1, 2018), issue per VA Directive 1330.01 (February 15, 2017- Amended July 23, 2018) ATTACHMENT A - PRIVACY DOOR HARDWARE LOCATION Bldg. No. Area Name/Designation Floor Room Type QTY 1 Prosthetic Clinic 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 1 1 Ambulatory 1 1 Ambulatory Clinic Area 2 1 Ambulatory 1 1 Ambulatory Clinic Area 2 1 Ambulatory 1 1 Ambulatory Clinic Area 2 1 Ambulatory 1 1 Ambulatory Clinic Area 2 1 Ambulatory 1 1 Ambulatory Clinic Area 2 1 Ambulatory 1 1 Ambulatory Clinic Area 2 1 Ambulatory 1 1 Ambulatory Clinic Area 2 1 Ambulatory 1 1 Ambulatory Clinic Area 2 1 Ambulatory 1 1 Ambulatory Clinic Area 2 1 Ambulatory 1 1 Ambulatory Clinic Area 2 1 Ambulatory 1 1 Ambulatory Clinic Area 3 1 Ambulatory 1 1 Ambulatory Clinic Area 3 1 Ambulatory 1 1 Ambulatory Clinic Area 3 1 Ambulatory 1 1 Ambulatory Clinic Area 3 1 Ambulatory 1 1 Infusion (Exam Room) 3 Ambulatory 1 1 GI Procedure 3 Ambulatory 1 1 GI Procedure 3 Ambulatory 1 1 GI Procedure 3 Ambulatory 1 1 GI Procedure 3 Ambulatory 1 1 GI Procedure 3 Ambulatory 1 1 GI Procedure 3 Ambulatory 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 FLR 4 SOUTH (CLC) 4 Inpatient 1 1 Primary Care 4 Ambulatory 1 1 Primary Care 4 Ambulatory 1 1 Primary Care 4 Ambulatory 1 1 Palliative Care OP Clinic 4 Inpatient 1 1 Palliative Care OP Clinic 4 Inpatient 1 1 Palliative Care OP Clinic 4 Inpatient 1 1 Palliative Care OP Clinic 4 Inpatient 1 1 Palliative Care OP Clinic 4 Inpatient 1 1 Palliative Care OP Clinic 4 Inpatient 1 1 Palliative Care OP Clinic 4 Inpatient 1 1 Palliative Care OP Clinic 4 Inpatient 1 1 Palliative Care OP Clinic 4 Inpatient 1 1 Palliative Care OP Clinic 4 Inpatient 1 1 Palliative Care OP Clinic 4 Inpatient 1 1 Palliative Care OP Clinic 4 Inpatient 1 1 Vascular Lab 5 Ambulatory 1 25 Access Clinic 1 Ambulatory 1 25 Access Clinic 1 Ambulatory 1 25 Access Clinic 1 Ambulatory 1 25 Access Clinic 1 Ambulatory 1 25 Access Clinic 1 Ambulatory 1 25 Access Clinic 1 Ambulatory 1 25 Access Clinic 1 Ambulatory 1 25 Access Clinic 1 Ambulatory 1 25 Access Clinic 1 Ambulatory 1 25 Access Clinic 1 Ambulatory 1 25 Access Clinic 1 Ambulatory 1 25 Access Clinic 1 Ambulatory 1 25 Access Clinic 1 Ambulatory 1 25 Access Clinic 1 Ambulatory 1 TOTAL: 86
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/711c44c6ce994c82bf5ebf866322984b/view)
- Place of Performance
- Address: Department of Veteran Affairs;VA San Diego Healthcare System;3350 LaJolla Village Drive;Bldg 1;San Diego, CA 92161, USA
- Zip Code: 92161
- Country: USA
- Zip Code: 92161
- Record
- SN05614424-F 20200410/200408230154 (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 |