Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2023 SAM #7961
SOURCES SOUGHT

78 -- Playground Equipment

Notice Date
9/12/2023 7:29:57 AM
 
Notice Type
Sources Sought
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423Q1213
 
Response Due
9/22/2023 10:00:00 AM
 
Archive Date
10/22/2023
 
Point of Contact
McDaniel Brayboy, Contract Specialist, Phone: 916-841-7834
 
E-Mail Address
mcdaniel.brayboy@va.gov
(mcdaniel.brayboy@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is Not a Solicitation Announcement. 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 meeting requirement and salient characteristics below to provide innovated solutions to turnkey project for a new playground structure will facilitate outside events for the 6 24-month age ranges and provide a safe environment while participating in these external activities. The Lebanon VA Medical Center and its counterpart Rainbow Learning Center is performing a renovation of their playground area. RAINBOW LEARNING CENTER PLAYGROUND EQUIPMENT Background: The Lebanon VA Medical Center and its counterpart Rainbow Learning Center, is performing a renovation of their playground area. A new playground structure will facilitate outside events for the 6 24-month age ranges and provide a safe environment while participating in these external activities. Scope of Work: The Lebanon VA Medical Center has a requirement for one (1) playground structure for the age range of 6-24 months. The vendor must provide all resources necessary to accomplish the deliverables and installation of equipment as described in this statement of need (SON), except as may otherwise be specified. Technical design of playground structure must be approved by the Point of Contact (POC) and user (Rainbow Learning Center) prior to install. Performance Period: Delivery and installation shall occur within sixty (60) days after contract award. Type of Contract: Firm Fixed-Price Delivery Order and installation for one (1) playground structure for the age range of 6-24 months. Specifications: Must be age range specific to 6-24 months Must meet ASTM F2373 Safety Performance Standards Must have one (1) shade awning attached to the structure that provides full sun coverage over entire playground structure Must have a minimum of two (2) slides attached, consisted of rotational molded polyethylene; slides must be no wider than 12 in accordance with ASTM standards Must include a minimum of one tube structure; can be either a slide or a crawl through bridge and/or access panel Must include a minimum of three (3) sensory, skill, or learning play panels Must include at a minimum one (1) bubble panel Must include at a minimum one (1) sensory play music panel/activity Must include at a minimum one (1) panel with a small window and/or mirror surface Maximum fall height is 24 Maximum area for install is 27 by 18 Play structure must have a minimum of 11-gauge galvanized uprights coated in a zinc primer Must have an electrostatically powder coating on structure Decks must be constructed of industry standard 11 gauge formed welded punched steel. Must meet the CPISA (Consumer Product Safety Improvement Act) for lead restrictions; no more than 90 ppm in paint, and 100pm in substrates throughout other surface coatings Structure panels must be constructed of UV stabilized polyethylene If clamps are needed for installation, they must be composed of high pressure cast aluminum Color: assorted variations of red, blue, and yellow Delivery: Upon delivery of playground equipment to Building 3, Rainbow Learning Center, the POC will provide the contractor with site plans for delivery and installation planning purposes. The contractor must deliver and install all equipment required under the SON within sixty (60) calendar days or less from the date of award, unless otherwise directed by the POC. Delivery of equipment must be made to: Lebanon VA Medical Center-Rainbow Learning Center Daycare, Building 3; 1700 S. Lincoln Ave. Lebanon, PA 17042. Delivery and installation must be coordinated at least 72 hours prior to required delivery and installation date with the POC. The contractor must direct all delivery and installation questions or concerns to the POC. Work is to be performed at the location Monday through Friday between the hours of 7:30 AM and 4:30 PM. Installation and final acceptance: Contractor must be responsible for all safety and security guidelines within the area in which work is being performed, to include securing any contractor-owned tools or equipment and any on-site storage being utilized. Contractor must install all items listed in this Statement of Need according to the direction received from the POC. Contractor is responsible for removal of safety surface to install the playground equipment. Any cost associated with the replacement and repair of the safety surface incurred during install will be the responsibility of the contractor. This includes any transportation, equipment, and labor fees associated with the replacement and repair by the third-party contractor. Contractor must uncrate all items and perform all required assembly in accordance with the manufacturers instructions. Contractor must position unit in final point of use, as directed by the POC. Contractor must confirm unit is fully operational upon assembly. Contractor must review operational procedures with user (If applicable). Contractor must deliver operation and service manual to user. Contractor must prevent its personnel from entering any area other than the designated work area. Contractor must maintain a means of egress within all designated work areas to comply with fire codes. The POC must inspect to ensure that the commodities are free of surface dirt, clean and polished, free of defects and that the installation is complete and ready for use. The POC will be available for inspection at the site when installation is completed. Contractor must do a final walkthrough with POC to ensure installation has been completed within the guidelines of the Pre-Installation Form. Jobsite Cleanliness Contractor must be responsible for the removal and disposal of all trash and debris connected with uncrating and assembling all items installed under this contract. Final Acceptance by the Government will not occur until all installed items have been inspected with installation. Recyclable cardboard products must be disposed of in accordance with applicable statutes, in respective containers. The contractor is responsible for providing trash containers at an offsite facility. Packing materials must not be stored in the buildings for any period exceeding 24 hours. Contractor must ensure its personnel eat and drink only in designated areas. Contractor s must ensure its personnel adhere to the smoke-free Lebanon VA Medical Center campus regulation. Personal trash (food wrappers, drink containers, etc.,) must be removed from the site daily by the Contractor. 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) 339920, Sporting and Athletic Goods 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 _______, 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 sub contracted 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.  *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics.  This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via email to Contracting Officer at mcdaniel.brayboy@va.gov no later than 1:00 PM Eastern Standard Time on September 22, 2023. 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 Administrative Contractor Officer, McDaniel Brayboy .   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 Contracting Officer Andrea Aultman-Smith, Contract Officer at andrea.aultman-smith@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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/454c7186349b4d32a7e4040ee82fb133/view)
 
Place of Performance
Address: Lebanon VAMC 1700 S. Lincoln Ave., Lebanon 17042
Zip Code: 17042
 
Record
SN06828720-F 20230914/230912230110 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.