SOURCES SOUGHT
45 -- EcoTrash Front Loader Trash Compactor - BRAND NAME OR EQUAL
- Notice Date
- 8/10/2022 5:37:40 PM
- Notice Type
- Sources Sought
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24422Q1098
- Response Due
- 8/16/2022 12:00:00 PM
- Archive Date
- 08/31/2022
- Point of Contact
- Derrick L. Maruski, Contract Specialist, Phone: 412-822-3744
- E-Mail Address
-
Derrick.Maruski2@va.gov
(Derrick.Maruski2@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 8 of 8 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 information and potential qualified/verified Small Businesses capable of providing the BRAND NAME OR EQUAL items listed below to award a firm-fixed price Purchase Order for five (5) Ecotrash Front Load Trash Compactors at the VA Medical Center in Pittsburgh, PA. STATEMENT OF NEED GENERAL SPECIFICATIONS FOR the Ecotrash Front Load Trash Compactor OR EQUAL Background VA Pittsburgh requires replacement front load trash compactors for our Veterans Canteen Service section. Existing front load trash compactors in the cafeterias are beyond repair and has been deemed uneconomical to repair. Project Scope VA Pittsburgh requires the purchase of five (5) Ecotrash Front Load Trash Compactor (Model# 101-000) or EQUAL. Additional parts needed for this Trash Compactor are for the Tray Rails (Model# 122-000). The Ecotrash Front Load Trash Compactors are to have black exteriors and black tops. Any unit offered other than the Ecotrash Front Load Trash Compactor (Model# 101-000) with the tray rails (Model# 122-000) with the Black exterior and Black Top must not exceed the exterior dimensions listed in the specification section below. Specifications Please see below for specifications. As noted above, dimensions must not exceed the exterior dimensions listed in the table below (see note below exterior dimension section regarding adjustable legs). Exterior Dimension (H x W x D) 51.26 x 24.25 x 27 Note* with the railings added height is 51.26 Interior cart (W x L x D) 18 x 21.5 x 16 Trash Door (H x W) 11.05 x 17 Door Swing 24.25 Electrical Requirement 120V 5 amp Required Floor Space 4.8 sq Ft Exterior Color / Top Color Black Delivery Location Attn: (Robert Hapchuck) VA Pittsburgh Health Care 4100 Aliquippa St Pittsburgh, PA 15240 Prior to delivery, Contracting Officer Representative and/or Service Line Representative shall receive shipping information from Contractor and forward to Logistics using the email(s) listed above. The Contractor must comply and provide all necessary information to VA Pittsburgh. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. Requested Delivery Date Delivery is expected to be 30 45 Days ARO. Safety Data Sheet (SDS) If applicable, contractor shall provide three (3) copies of each Safety Data Sheet for every product, chemical, etc. SDS sheets shall be provided for any material on the same day those materials arrive on VA property. Delivery Coordination Normal business hours for acceptance of deliveries are 7:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR or Service Line Representative once a ship date is established. A Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR or Service Line Representative. Failure to coordinate shipment with COR or Service Line Representative may result in failure to deliver and cause re-scheduling of delivery/freight at no charge to the government. 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) 333318\, Other Commercial and Service Industry Machinery Manufacturing. The Small Business Size Standard for this NAICS code is 1000 employees. Please answer the following questions: (1) Please indicate the size status and representations of your business in accordance with the NAICS code 333318, 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 3:00 PM Eastern Standard Time on August 16, 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 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/25527d0d419d49b4ad403c532a1493b6/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Medical Center - Heinz Campus 1010 Delafield Road Pittsburgh, PA 15215, USA
- Country: USA
- Country: USA
- Record
- SN06422298-F 20220812/220810230126 (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 |