SOURCES SOUGHT
65 -- Fume Hood and Storage Cabinets
- Notice Date
- 3/18/2022 9:02:09 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24422Q0528
- Response Due
- 3/23/2022 9:00:00 AM
- Archive Date
- 05/07/2022
- Point of Contact
- Derrick L. Maruski, Contract Speciailist, Phone: 412-822-3744
- E-Mail Address
-
Derrick.Maruski2@va.gov
(Derrick.Maruski2@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Page 12 of 12 Sources Sought Notice Page 4 of 12 This is a Request for Information Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Since this is Request for Information announcement, no evaluation letters and or results will be issued to respondents. No solicitation exits. Therefore, do no request a copy of the solicitation. The Department of Veterans Affairs VISN 4, Network Contracting Office 4 (NCO 4), is seeking to identify any Small Businesses, mainly SDVOSB/VOSB vendors who can provide a Fume Adsorber along with Safety and storage cabinets that must meet the specifications listed below for Activation of new Laboratory at Lebanon VA Medical Center, 1700 S. Lincoln Ave. Lebanon, PA 17042. STATEMENT OF WORK (SOW) Scope of Work: The vendor shall provide all resources necessary to accomplish the deliverables described in this statement of need (SON), except as may otherwise be specified. The contractor shall provide and install one (1) Biological Safety Cabinet, one (1) Solvent Storage Cabinet, and one (1) Benchtop Fume Adsorber in the new Laboratory. Background: The Lebanon VA Medical Center is building a new laboratory to accommodate expansion of services in Pathology. Histology, Microbiology, Blood Bank, Urinalysis, and COVID 19 testing modalities. Performance Period: Delivery and installation shall occur within 30 days of contract award with a need date of 6/01/22, and training shall occur within 15 days of installation, in coordination with the COR. Type of Contract: Firm Fixed Price General Requirement: The Lebanon VA requires one (1) each of the following in the new Lab. Biological Safety Cabinet to be located in the Chemistry area of the new lab. Benchtop Fume Adsorber to be located in the Histology section of the new lab. Solvent Storage Cabinet to be located in the Histology section of the new lab. Specifications: Biological Safety Cabinet Class II, Type A2 Biological Safety Cabinet 5 Nominal chamber width with a 10-12 high door/window opening HEPA filtration at 555-655 CFM 115/120 Volt, 50/60 Hz, Single Phase Stainless steel construction with free standing base Solvent Storage Cabinet Double door, automatic closing Dimensions: 48 wide by 36 high (plus/minus with adjustable feet) by 22 (expandable to 30 ) deep Epoxy coated steel construction with one interior shelf 800 lb. capacity with spill containment work surface on top Benchtop Fume Adsorber (to be installed on top of solvent storage cabinet) Filter Type: Formaldehyde Exhaust Volume: 35 fpm Nominal Width: 2.5 115/120 Volt, 60 Hz, Single Phase Sole Source Justification: N/A Installation: The vendor shall provide delivery and installation within 30 days of contract award and training within 15 days following installation. Delivery: The Contractor shall deliver all equipment required under this SOW within thirty (30) calendar days or less from the date of award, unless otherwise directed by the COR. Delivery of equipment shall be made to: Lebanon VA Medical Center, 1700 S. Lincoln Ave. Lebanon, PA 17042. Delivery to the facility shall be coordinated at least 72 hours prior to required delivery date with the Warehouse Supervisor. Note: The Warehouse Supervisor has no authority to change the terms and conditions of the awarded contract. Please contact the Contracting Officer Representative with any questions or concerns. Note: The COR has no authority to change the terms and conditions of the awarded contract. 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 intended source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 339113, Furniture, Laboratory- Type (E.G., Benches, Cabinets, Stools, Tables), Manufacturing. The Small Business Size Standard for this NAICS code is 750 employees. Please answer the following questions: (1) Please indicate the size status and representations of your business in accordance with the NAICS code 339113, 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 the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract? If so, please include the schedule number. (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice; Provide the items of a small business (4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If your company is a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (7) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (8) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (9) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (10) Please provide your DUNS number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 10. Telephone responses will not be accepted. Responses must be received via email to Contract Specialist at Derrick.Maruski2@va.gov no later than 12:00 PM Eastern Standard Time on Wednesday, March 23, 2022. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contractor Officer, Andrea Aultman-Smith. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contracting Opportunities web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Derrick L. Maruski, Contract Specialist at Derrick.Maruski2@va.gov 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. 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. End of Document
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/65870d3fd21d4712b2832ba84d4f0ae7/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Medical Center - Lebanon 1700 S. Lincoln Avenue Lebanon, PA 17042, USA
- Country: USA
- Country: USA
- Record
- SN06272356-F 20220320/220319211300 (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 |