SOLICITATION NOTICE
W -- Copy of Copy of service lease 598-22-3-8302-0042 floor mat (VA-22-00068378)
- Notice Date
- 7/16/2022 9:37:27 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325991
— Custom Compounding of Purchased Resins
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25622Q1141
- Response Due
- 7/22/2022 9:00:00 AM
- Archive Date
- 08/21/2022
- Point of Contact
- Latonya Mack, Contract Specialist, Phone: 601-206-6964
- E-Mail Address
-
Latonya.Mack@va.gov
(Latonya.Mack@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI 1. Title: __Lease Floor Mats-_Little Rock VA Medical Center (LRVAMC)____________ 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following: Model / Part Number Item /Description of Supplies/Equipment Qty VA 4300 W. 7th Street Little Rock, AR 3x5 Scraper Mats 4 4x6 Scraper Mats 4 3x5 Traffic Mats 5 4x6 Traffic Mats 3 3x10 Traffic Mats 2 4x6 Logo Mat-Director's Office 1 3x5 Anti Fatigue Mats 2 3x5 Dura Lite Mats 18 Total Per Week 2200 Fort Roots Drive North Little Rock, AR 3x5 Scraper Mats 25 4x6 Scraper Mats 10 3x5 Traffic Mats 25 4x6 Traffic Mats 14 3x10 Traffic Mats 7 4x6 Logo Mat-Director's Office 2 3x5 Anti Fatigue Mats 0 3x5 Dura Lite Mats 8 Total Per Week Russelville 3106 W 2nd Ct. Russelville, AR 3x5 Scraper Mats 2 4x6 Traffic Mats 2 Total Per Week Mountain Home 759 Hwy 62E Mountain Home, AR 3x5 Scraper Mats 2 4x6 Traffic Mats 2 Total Per Week Conway 1520 Dave Ward Drive Conway, AR 3x5 Scraper Mats 2 4x6 Traffic Mats 2 Total Per Week Searcy 1120 S Main Street Searcy, AR 3x5 Scraper Mats 2 4x6 Traffic Mats 2 Total Per Week Eldorado 514 E 5th Street Eldorado, AR 3x5 Scraper Mats 2 4x6 Traffic Mats 2 Total Per Week Pine Bluff 4747 Dusty Lake Drive Ste 203 Pine Bluff, AR 3x5 Scraper Mats 1 4x6 Traffic Mats 1 Minimum Stop Charge Total Per Week Hot Springs 177 Sawtooth Oak Street Hot Springs, AR 3x5 Scraper Mats 4 4x6 Traffic Mats 4 Total Per Week Mena 300 Morrow Street S Mena, AR 3x5 Scraper Mats 2 4x6 Traffic Mats 3 Total Per Week 52 The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code __325991__ is __500 employees__ . Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) STATEMENT OF WORK Floor Mat Service 1.SCOPE The Contractor shall provide all necessary labor, equipment and transportation to provide floor mats leasing services for the CAVHS located at 2 main hospitals and 8 outlying CBOCs (Community Based Outpatient Clinic). The department is requesting a base + 3 option years. 2.0 SPECIFIC TASK BY CONTRACTOR: All floor mats at main two hospitals locations shall be exchanged on a weekly schedule to ensure floor mats are being rotated out and cleaned on a consistent basis. The CBOCs will be changed on a monthly basis. a. Contractor floor mats shall be of a quality and condition acceptable to the Veterans Affairs (VA). b. Contractor shall guarantee delivery of the highest quality textile floor mats services at all times. c. Contractor shall ensure all designated areas have floor mats Contractor s floor mats shall have smooth back for tiled areas, gripper back for carpeted areas, slip-resistance surface, a minimum of 3/8 thick, heavy weight and certified slip-resistant by the National Floor Safety Institute. d. Exterior floor mats shall be black with wide trap treads. e. Mats shall be heavy traffic, rubber-backed, dirt and moisture trapping pile entrance mats. f. Each floor mat shall be laundered and returned the following service date to replace the current mat in use. g. Each floor mat shall be exchanged for the same size, color and/or logo being used at each location. h. Floor mats shall be free of stains, tears, and holes. i. Floor mats with minor tears, open seams, stains, etc. are not acceptable and shall not be used. j. Floor mats that do not lay flat pose a safety hazard and shall not be accepted for use at any of the VA buildings. k. Floor mats shall be exchanged whether soiled or not. l. All floor mats that require replacement due to normal wear and tear shall be replaced by Contractor with no charge to customer. m. Pick-up dirty/soiled floor mats and replace them with clean floor mat n. Each floor mat shall be laundered and returned the following service date to replace the current mat in use. o. Each floor mat shall be exchanged for the same size, color, and/or logo mat in use at each location. p. At no time shall a floor mat not be exchanged. q. At no time shall a designated area be left without a floor mat r. Contractor shall perform all work required under the terms of the Statement of Work (SOW). The Contracting Officer Representative (COR) shall not consider the work complete until all deficiencies have been corrected. s. When a deficiency per the requirements of the SOW exists, it shall be brought to the attention of the COR. The COR shall confirm said deficiency by inspection and record results, noting the date and time of inspection of the deficiencies for correction. 3.0 REPAIRS: The contractor is responsible for all repairs / replacement of damaged floor mats and shall ensure delivered floor mats are free of damage. Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) 4.0 PLACE OF PERFORMANCE: Central Arkansas Veterans Healthcare System. John L McClellan VAMC, 4300 W. 7th, Little Rock, AR; Eugene Towbin VAMC, 2200 Fort Roots Drive, North Little Rock, AR Buildings 170, 111, 89 and 76; Eight (8) CBOCs in Arkansas: Mena, El Dorado, Pine Bluff, Hot Springs, Searcy, Conway, Russellville, Mountain Home. (Addresses for CBOCs will be provided in RFQ.) 5.0 DAYS AND HOURS OF OPERATION: 5.1 Services shall be performed during business hours between 9:00a.m. to 3:00p.m, Central Time (CST) every Monday, excluding federal holidays listed below. The Contractor shall perform to the standards expressed in the contract and perform all tasks during these hours. If a Monday is on a holiday the Contractor shall pick-up and deliver on the next day workday. 5.2 National Holidays: The ten holidays observed by the Federal Government are: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Juneteenth Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. 6.0 SCHEDULING: 6.1 The Contractor shall provide a written work schedule identifying when the work will be accomplished, no later than the date identified in this solicitation for work to begin. 6.2 Schedule service shall be developed between the Contractor and Contracting Officer s Representative (COR) prior to any service being performed. 7.0 DELIVERY: 7.1 All floor mats shall be picked up by the Contractor and exchanged with clean replacements at the designated buildings on the designated delivery schedule agreed upon by both the Government and Contractor. 7.2 Interference to Normal Function: a. Contractor may be required to interrupt their work at any time so as to not interfere with the normal functioning of the facilities, including utility services, fire protection systems, and passage of facility patients, personnel equipment and carts. b. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. c. Contractor personnel shall inform the COR or designee of the need to gain access to secured areas. If access is required to a secured area, prearranged scheduling will be made with the COR or designee 3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: a. Where are the requested items/equipment manufactured? Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 4. Opportunity/Market Pricing: The LRVAMC is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the LRVAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. 5. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 11:00am (CST), July 18, 2022 via email to latonya.mack@va.gov Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) RFI responses are due by 10:00am (CST), , July 22, 2022; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to latonya.mack@va.gov. The subject line shall read: LRVAMC Leasing Floor Mats. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by LRVAMC as Market Research and will not be released outside of the Network Contracting Office (NCO) 16. 7. Contact Information: LaTonya G Mack LaTonya.Mack@va.gov Your response to this notice is greatly appreciated!
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1ccfaa68985f44daa90262e0a46dc45a/view)
- Record
- SN06391371-F 20220718/220716230104 (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 |