Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2020 SAM #6715
SOURCES SOUGHT

39 -- Warehouse Pallet Racks

Notice Date
4/16/2020 11:48:07 AM
 
Notice Type
Sources Sought
 
NAICS
321920 — Wood Container and Pallet Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620Q0529
 
Response Due
4/23/2020 12:00:00 AM
 
Archive Date
05/03/2020
 
Point of Contact
Kristi Mummert kristi.mummert@va.gov
 
E-Mail Address
kristi.mummert@va.gov
(kristi.mummert@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) REQUEST FOR INFORMATION 36C25620Q0325 BACKGROUND: MEDVAMC has a requirement for Pallet Racks for the warehouse: Equipment Requirements 1. Qty (50) 10 H Pallet Rack Uprights (44 D) 2. Qty (216) 8 L Beams (4 H) 3. Qty (6) 12 L Beams (4 H) 4. Qty (225) Wire Decks (48 x 46 ) 5. Qty (36) 6 upright Spacers 6. Qty (100) � concrete anchor bolts Deliverables Delivery shall occur within 2 weeks of award. Installation shall be complete within 30 business days of delivery. Warranty Parts 5 Years/Labor 2 Years Term: 30 Days Scope of work The pallet racks will be installed in the warehouse area. The configuration of the pallet rack components will replace the existing roll out racking system and add new racking configuration. All the 10 H uprights will have a 24,000 lbs. weigh capacity. All 8 L beams will have a 5,019 lbs. weight capacity per pair and feature heavy duty wire decking. All 12 L beams will have a 4,862 lbs. weight capacity per pair and feature heavy duty wire decking and all uprights will be anchored to concrete. The racks are to be installed under existing covered shelter structures. The racks will be subject to wind loads. The vendor will install the pallet rack and the identified optional accessories items. The vendor will provide all necessary hardware for the pallet rack and install per the manufacture s specifications. The vendor will be responsible for any concrete repair required to anchor pallet rack in a safe manner and will disassemble the current pallet racks and remove them without damage and incident and remove the materials and supplies. The concrete repair work shall match surrounding concrete. Michael E. DeBakey will provide layout for pallet rack to vendor. REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the name products listed in section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. N/A If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Oney.kelly@va.gov. Please respond to this RFI no later than February 13th, 2020 by 1200 CST. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ff9355b03fc84a93b5636b2a81ec3710/view)
 
Place of Performance
Address: 2002 Holcombe Blvd;Houston TX 77030, USA
Zip Code: 77030
Country: USA
 
Record
SN05624076-F 20200418/200416230153 (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.