SOURCES SOUGHT
73 -- Delivery and Installation of Kitchen Tables
- Notice Date
- 3/21/2022 1:20:54 PM
- Notice Type
- Sources Sought
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q0513
- Response Due
- 3/24/2022 2:00:00 PM
- Point of Contact
- Edgar Alvizar, Phone: 5627662244
- E-Mail Address
-
edgar.alvizar@va.gov
(edgar.alvizar@va.gov)
- 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 339112 (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 deliver and install kitchen tables at VA Long Beach Healthcare System as part of the kitchen renovation project. PLACE OF PERFORMANCE: VA Long Beach Healthcare System 5901 E. Seventh Street Long Beach, CA 90822 Bldg 149 Warehouse, Supply Chain Service PERIOD OF PERFORMANCE: Delivery:� Requesting vendor to deliver the below Eagle items, or equal product, and quantities or before 30 days upon award. IF THIS DELIVERY TIME IS NOT FEASIBLE, PLEASE INDICATE A FEASIBLE DELIVERY TIMELINE.� Work Table (Eagle Model T30132SE-BS) Work Table (Eagle Model T36132SE) Wall Mounted Shelving (Eagle Model WS1296-16/3) Wall Mounted Shelving (Eagle Model WS1284-16/3) Work Table with Prep Sink (Eagle Model SMPT30120) Shelving Unit (Eagle Model S4-74-2460E) Sheet Pan Rack (Eagle Model 4333) Work Table (Eagle Model T3660SE-BS) Work Table (Eagle Model T3036SE) Work Table (Eagle Model T2496SB-BS) Work Table (Eagle Model T3060SE) Work Table (Eagle Model T3048SE) Work Table (Eagle Model T3672SE-BS) Prep Table with Sink (Eagle Model SMPT30144) Wall Mounted Shelf (Eagle Model WS1072-16/3) Prep Table with Sink (Eagle Model SMPT30108) Wall Mounted Shelf (WS12108-16/3) Work Table (Eagle Model T36108SE) Work Table (Eagle Model T36144SE) High Density Shelving System (Eagle Model MUK24-C86) Soiled Dishtable with 3 Compartment Sink (FFN2790-3-24-14/3) Clean Dish Table (Eagle Model CDTCIR-120-16-3) Soiled Dish Table (Eagle Model SPECFAB) Rack Shelf (Eagle Model 606302) Mobile Soak Sink (Eagle Model MSS2020) CONTRACTOR QUALIFICATIONS & OTHER RESPONSIBLITES: Contractor shall obtain all necessary licenses required to perform this work.� Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract.� Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees� fault or negligence.� Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. SAFETY REQUIREMENTS: All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VALBHS shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment.� Every effort shall be made to safeguard human life and property.� Contractor shall comply with all applicable Federal, State, and local requirements regarding workers� health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Salient Characteristics: See Attachment A 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 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 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 submit your capabilities in regards to the salient characteristics being provided and any information pertaining to �equal to items� to establish capabilities for planning purposes? *** Submissions addressing Section (8) 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 edgar.alvizar@va.gov. Telephone responses shall not be accepted.� Responses must be received no later than Thursday March 24, 2022 at 2:00 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/f720fc36aa0e4bafaf2ab20ef79f8769/view)
- Place of Performance
- Address: Loma Linda, CA 92354, USA
- Zip Code: 92354
- Country: USA
- Zip Code: 92354
- Record
- SN06274163-F 20220323/220321230103 (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 |