Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2020 SAM #6729
SOURCES SOUGHT

36 -- SPECIAL; ENG SVC; PURCHASE AND DELIVERY OF 8EA 20' STORAGE CONTAINERS; COMPETETIVE BIDDING (VA-20-00053693)

Notice Date
4/30/2020 12:55:16 PM
 
Notice Type
Sources Sought
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0749
 
Response Due
5/8/2020 12:00:00 AM
 
Archive Date
07/07/2020
 
Point of Contact
John.harrison2@va.gov
 
E-Mail Address
john.harrison2@va.gov
(john.harrison2@va.gov)
 
Awardee
null
 
Description
REQUEST FOR INFORMATION: 36C26220Q0749. THIS REQUEST FOR INFORMATION (RFI) 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 sources sought synopsis only for market research purposes ONLY. The purpose of this synopsis is to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NACIS 332439 sources (size standard of 1000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source 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 source sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide 8 EA, 20' STORAGE CONTAINERS. If you are interested and can provide 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: (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 RFI? (3) 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? (4) 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? (5) 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. (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 regarding the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to John.harrison2@va.gov Telephone responses shall not be accepted. Responses must be received no later than May 08, 2020 at 11:00AM 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. Please provide unofficial pricing. Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. -------------------------------------------------------------------------------- 8 each 20 storage containers. Brand name or equal. SEE STATEMENT OF WORK TO FOLLOW FOR DESCRIPTION. TOTAL COST: STATEMENT OF WORK 1. Background: 1.1. The San Diego VA Health Care System (VASDHS) located at 3350 La Jolla Village Drive., San Diego, CA 92161, has a one-time requirement to provide labor, materials and services needed to fulfill an order for the delivery, placement, setup, securing, and transport of eight (8) 20 x 8 6 dry freight ISO cargo container with 2 roll-up doors to locations specified by the VA San Diego Medical Center (VASDHS) designated Contracting Officer Representative (COR) on the VA Medical Center campus located at: 3350 La Jolla Village Drive., San Diego, CA 92161 2. Scope: 2.1. This is a non-personnel, labor, materials and services contract to provide eight (8) 20 x 8 6 dry freight ISO cargo container with 2 roll-up doors on the VASDHS campus. 2.2. Period of Performance: 30 calendar days from date of award 2.3. Service Location: 3350 La Jolla Village Drive. San Diego, CA 92161. 2.4 Type of Contract: The government will award a firm fixed-priced contract. 3. Requirements: 3.1. Contractor is solely responsible for the transport, delivery, off-load, placement, and setup of eight (8) 20 x 8 6 dry freight ISO cargo container to locations specified by the VASDHS on the VASDHS campus located at: 3350 La Jolla Village Drive., San Diego, CA 92161. 3.1.1. Contractor must provide any and all labor, materials, supplies, transportation, tools, equipment, supervision and services necessary to fulfill the contract requirements. 3.1.2. All incidental work associated with the delivery and installation must be included in the base bid. 3.2. This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. the use of a brand name is for the purpose of describing the standard of quality, performance, and characteristics desired and is not to limit or restrict competition in any way. 3.3. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: 3.3.1. Meet the salient physical, functional, or performance characteristic specified in this source sought; clearly identify the item by Brand name, if any and make/model number. 3.3.2. Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. 3.4. Salient Characteristics: 3.4.1. 14Ga corrugated steel sides and roof 3.4.2. (2) Roll-up doors with rain hood diverter and top draft seal. Each door has a sliding lock designed to accept a pad lock 3.4.3. (1) Interior metal wall partition with welded header creating (2) interior storage spaces @ 8 x 9 1/2 wide 3.4.4. (1) set forklift pockets 3.4.5. 1 1/8 thick marine plywood floors, forklift tested to 16,000 lbs per 44 square inches 3.4.6. Wall tie down steel lashing rings 3.4.7. Tan exterior color Example: part # SB861.6.2RD manufactured by Sea Box Inc meets all salient characteristics. Figure 1. SB861.6.2RD by Sea Box, Inc. 4. General Requirements: 4.1. Contractor Responsibilities: 4.1.1. The Contractor must exercise extreme care to avoid damaging Government property such as buildings, equipment, trees, shrubs, or turf. Any damage to Government property by the Contractor must be repaired by the Contractor to its original condition at no additional cost to the Government. The contractor must restore all disturbed grounds to previously existing conditions. The Contractor must ensure that all materials are new, free from defects, imperfections. 4.1.2. The contractor must be responsible for obtaining and coordinating the services of any and all third-party Contractors/entities performing other services on site as part of the contract to ensure the expected quality, timely delivery, and documented final product. 4.1.3. The Contractor must provide all necessary to protect personnel, furnishings, equipment, piping, and building from damage; Contractor must move, remove, and/or replace movable items as necessary and must replace any item damaged due to work performed under this contract, equal to its original installation, and/or finish. 4.1.4. The Contractor must not perform any service that will result in additional charges without prior approval from the Contracting Officer. 5. Hours of Work: 5.1. Normal hours of operation for The San Diego VA Health Care System (VASDHS) are 8:00AM to 4:00 PM Monday through Friday except for Federal Holidays. If the Contractor desires to work on Saturday, Sunday, holidays, or outside the project site s normal working hours the contractor must submit a written request for approval to the COR at least five (5) calendar days prior to the proposed start of such work. 5.2. When a holiday falls on a Sunday, the following Monday must 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. Federal holidays include: 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 6. Workmanship: 6.1. All work under this contract must conform to the following: 6.1.1. The Contractor at no additional cost to the Government must correct any and all work not meeting specifications. 6.1.2. All work must be performed by persons fully qualified and competent in the trade/work they perform. The government reserves the right to request training certificates and credentials from the contractor at any time during the course of this contract through written request by the Contracting Officer Representative (COR). 7. Site Visit: 7.1. One site visit will be scheduled by the Contracting Officer so that all potential offerors have an opportunity to visit the site prior to bidding to determine the full and exact extent of the work required. Failure to inspect the site prior to bidding will not constitute grounds for a claim after contract award. 8. Quality Assurance: 8.1. The Contracting Officer reserves the right to conduct any inspections or perform any tests deemed necessary at any time during the execution of the contract to determine conformance with the requirements of all applicable specifications. 8.2. Designated VASDHS Contracting Officer s Representatives (CORs) will coordinate with and work exclusively with the Contractor in advance of the Contractor conducting any business with or providing any goods and services for use by the VASDHS. The VASDHS COR will provide the Contractor with a written purchase order which has been approved by an official authorized to commit Government funds for such goods or services. The Contractor must be in receipt of the written purchase order prior to providing goods or services for VASDHS use. 8.3. The Contractor must be given 48 hours advanced notice of the date and time that the delivery, placement, setup, temporary storage, securing, removal and transport of commercial, industrial-grade, steel portable cargo storage containers are needed. VASDHS staff will provide this advanced notice to the Contractor in writing via email or fax. In cases of emergency need, the VASDHS will give as much as advanced notice of the need for goods/services as possible, in writing via email or fax. 9. Delivery Requirements: 9.1. The Government must be held 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. 9.2. The Contractor must be responsible for all damage to property, which may be done by the Contractor, or any contracted employee engaged in the performance of this contract. 10. Warranty: 10.1 Contractor must warrantee work to be free of defects and workmanship for a period a minimum of 1-year (365 calendar days), unless specified otherwise in the specs, from both the manufacturer and installer including all parts and labor to include normal, premium or holidays hours. The Warranty period must start on the date of acceptance by the VA. All warranties must be transferred to the VA. 10.2. The Contractor shall guarantee that all work done under this contract will be free from faulty materials or workmanship and hereby agrees to repair or replace without cost to the owner (The San Diego VA Health Care System) and to the owners satisfaction all defects or imperfection appearing in said work within a period of one year after the date of final acceptance by the owner of all work done under this contract. 11. Acceptance: 11.1. For the purposes of Warranty and payment for the work performed at a location, government Acceptance will be provided by the VA upon the completion of all of the following: 11.1.2. The Contractor has all tasks/requirements of the contract 11.1.3. All punch list items identified have been resolved. 11.1.4. The Contractor has provided all deliverables. 12. Confidentiality and Nondisclosure 12.1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the contractor in the performance of this Order are the exclusive property of the U.S. Government and shall be submitted to the VA-COR at the conclusion of the contract. 12.2. The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this contract presented to the contractor shall be submitted to the CO for response. 12.3. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. 12.4. To the extent that the work under this contract requires that the contractor be given access to proprietary business, technical or financial information belonging to the Government or other companies, the contractor shall treat such information as proprietary business sensitive and agrees not to appropriate such information to its own use or to disclose such information to third parties unless specifically authorized by the CO in writing. A mutually agreed to agreement for exchange of sensitive information or nondisclosure agreement may be required. 13. General Requirements for Privacy Information 13.1. Information Systems Officer, Information Protection: The contractor will not have access to VA information system, computers, networks nor will they have access to online resources and information belonging to the government while in the performance of the services described in the Statement of Work. 13.2. Privacy Officer: The contractor will not have access to Patient Health Information (PHI), nor will they have the capability of accessing patient information during the services provided to the VA. 13.3. Records Manager: There will be no federal records created, maintained, used or dispositioned with this contract; regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.]. END OF DOCUMENT
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/284d51f546574579a03f971ee8d18182/view)
 
Place of Performance
Address: VA San Diego Healthcare System;3350 La Jolla Village Drive;Warehouse Building 1;San Diego, CA 92161
Zip Code: 92161
 
Record
SN05642046-F 20200502/200430230149 (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.