SOURCES SOUGHT
66 -- Medical Laboratory Freezer and Refrigerator
- Notice Date
- 2/28/2022 1:20:20 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q0502
- Response Due
- 3/4/2022 1:00:00 PM
- Archive Date
- 05/03/2022
- Point of Contact
- Clift Domen, Contract Specialist, Phone: 562-766-2241
- E-Mail Address
-
Clift.Domen@va.gov
(Clift.Domen@va.gov)
- Awardee
- null
- Description
- 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). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334516 (size standard of 1000 Employees). 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, is seeking sources that can provide a Under Counter Laboratory Freezers And Refrigerators that at a minimum meets the following salient characteristics with a brand name or equal product for the VA Greater Los Angeles Healthcare System: STATEMENT OF WORK INTRODUCTION: The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the vendor in supplying medical grade refrigerators and freezers for the newly constructed Ventura Community Based Outpatient Clinic (CBOC), VISN22 under VA Greater Los Angeles Healthcare System. BACKGROUND: The Ventura CBOC is part of VA Greater Los Angeles Healthcare System providing services in Ventura County. Services include primary care, dental, women s health, physical therapy, mental health, telehealth, and other specialty services. With the expansion of services, it has a required need for medical grade refrigerators and freezers to be placed in the medication rooms. PURPOSE: The medical grade refrigerators and freezers will be used in the medication rooms to keep medications and any other required supply. SCOPE: VA GLA is requesting contractors provide brand name or equal equipment that meets or exceed the physical, functional and performance of the listed salient characteristics in this section. The equipment feature is essential to the technical requirements to meet the need of the government. PLACE OF DELIVERY: VA Ventura CBOC 5250 Ralston St, Ventura, CA 93003 All items to be delivered and or installed after receipt of purchase order but not earlier than 05/15/2022 but not later than 05/30/2022. PHYSICAL CHARACTERISTICS: Equipment must have the physical characteristics to enable the government to perform the capabilities: Freezer, Undercounter, 5 Cubic Feet Helmer iLF105-GX Under Counter Freezer Application: High-performance storage of medical and scientific products Storage Volume: 5.3 cu ft (150 L) Temperature Range: -15° to -30°C Set-Point: -30°C Facility Supply Rating: Branch circuit with earth ground, meeting plug/cord ratings as well as local electrical safety codes and requirements Power Plug/Power Cord Length: NEMA 5-15 hospital-grade | 115V 60Hz, 8 to 10 ft (2.4-3.0m) Certification/Agency Listing: QPS (Certified to UL and CSA Standards) IEC/UL61010-2-011: 2016 | IEC 61010-1:2010, AMD1:2016 Energy Star: Yes ADA Compliant: Yes, fits under standard ADA compliant countertop Indoor/Outdoor: Use Indoor use only, non-residential Application Environment: Non-corrosive, non-flammable, non-explosive Ambient Operating Temperature: +15°C to +32°C | +59°F to +90°F Omnicell compatible handle Quantity: 5 Refrigerator, U/C or F/S, 5 Cu Ft Helmer iPR105-GX Application: High-performance storage of medical and scientific products Storage Volume: 5.3 cu ft | (150 L) Temperature Range: +2°C to +10°C Set Point: +5°C Maximum: Current 1.4A | 0.85A Facility Supply Rating: Branch circuit with earth ground, meeting plug/cord ratings as well as local electrical safety codes and requirements Power Plug/Power Cord Length: NEMA 5-15 hospital-grade | 115V 60Hz, 8 to 10 ft (2.4-3.0m) Certification/Agency Listing: QPS (Certified to UL and CSA Standards) IEC/UL61010-2-01: 2016 | IEC 61010-1:2010, AMD1:2016 Energy Star: Yes ADA Compliant: Yes, fits under standard 34 high ADA compliant countertop Indoor/Outdoor: Use Indoor use only, non-residential Application Environment: Non-corrosive, non-flammable, non-explosive Ambient Operating Temperature: +15°C to +32°C | +59°F to +90°F Omnicell compatible handle Quantity: 6 FUNCTIONAL AND PERFORMANCE CHARACTERISTICS: Equipment must provide the functional and performance capability as listed above in section in above. TRAINING: Contractor is to provide a one-time training at installation of equipment (if applicable). Government will not require additional training. WARRANTY/SERVICE OF EQUIPMENT: Government requirement for standard manufacturer industry warranty term. Government does not accept extended warranty, which requires advance payment. PERFORMANCE: Hours: Normal duty hours are 7:30 a.m. through 5:00 p.m., Monday through Friday, not including federal holidays. Whenever contact with a facility is required outside of normal duty hours, the Contractor shall coordinate these times with the designated POC or designee. In accordance with 5 U.S.C. 6103, Executive Order 11582 and Public Law 94-97 the following national holidays are observed and for the purpose of this contract are defined as Legal Federal official holidays New Year s Day January 1st Martin Luther King s Birthday Third Monday in January President s Day Last Monday in January Memorial Day Last Monday in January Juneteenth June 19th Independence Day July 4th Labor Day First Monday in September Columbus Day Second Monday in October Veteran s Day November 11th Thanksgiving Day Fourth Thursday in November Christmas Day December 25th Noncontract Charges: The contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. Payment: Payment will be made upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice must include the correct payment address. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site at all VA facilities. All shipping for parts will be included in the cost of the contract. The information identified above and in Attachment A 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 in Attachment A 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 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 state your company s DUNS number. (9) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. (12) Please provide a list of detailed requirements and drawings. *** Submissions addressing Section (9) 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 Clift.Domen@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, March 4th, 2022 at 1:00 p.m. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d7d25bf2d9ad43338a98890a544f00ef/view)
- Place of Performance
- Address: VA Community Based Outpatient Clinic 5250 Ralston St, Ventura 93003, USA
- Zip Code: 93003
- Country: USA
- Zip Code: 93003
- Record
- SN06253015-F 20220302/220228230103 (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 |