SOURCES SOUGHT
59 -- Circuit Breakers
- Notice Date
- 8/13/2024 6:59:23 AM
- Notice Type
- Sources Sought
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24824Q1500
- Response Due
- 8/19/2024 12:00:00 PM
- Archive Date
- 09/18/2024
- Point of Contact
- Carl Myers, Contract Specialist, Phone: 407-646-4023, Fax: N/A
- E-Mail Address
-
carl.myers3@va.gov
(carl.myers3@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT 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 Notice. REQUEST FOR INFORMATION DESCRIPTION This is NOT a solicitation announcement. The purpose of this RFI is to identify all small business manufacturers, to gain knowledge of other potential sources, and their size classification relative to NAICS 335313 (size standard of 1,250 Employees). Responses to this RFI will be used by the Government to make appropriate acquisition decisions. After a review of the responses to this RFI, a solicitation announcement may be published. Responses to this RFI synopsis are not considered adequate responses for a future solicitation announcement. The Department of Veterans Affairs (VA), Network Contracting Office-08 (NCO-08), Orlando VA Medical Center, is seeking sources who can possibly provide Circuit Breakers that at a minimum meets the brand name and/or can provide an equal product/solution for the Orlando VA Healthcare System. Brand-Name Product Information: Manufacturer: EATON Type: CIRCUIT BREAKERS Manufacturer Part # Item Description QTY. NGH312026E Eaton NGH312026E Electronic molded case circuit breaker 1 EA NGH312036E Eaton Masterpact NGH312036E Electronic molded case circuit breaker 1 EA Equal to Product Information: Main component: Circuit Breaker Possible Capabilities: See below Salient Characteristics/Specifications to meet the requirement minimum needs: 1. Eaton NGH312026E Breaker: Type: Electronic molded case circuit breaker Amperage Rating: 1200A Voltage: 480V AC Trip Type: Electronic LSIG Series: Series G Frame: NG Frequency Rating: 50 to 60Hz Mounting Hardware: Imperial Interrupt Rating: 100 kAIC at 240V AC / 65 kAIC at 480V AC Number of Poles: Three-pole Manufacturer: Eaton Corporation plc 2. Eaton Masterpact NGH312036E Breaker: Type: Electronic molded case circuit breaker Amperage Rating: 2000A Voltage: 480V AC Sensor Rating: 2000-4000A Endurance Rating: Mechanical 5000, Electrical 1000 Frame Rating: HA Interrupting Code: 150 Number of Poles: Three-pole Manufacturer: Schneider Electric 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 to fulfill the requirement. If you are interested and are capable of providing the sought-out supplies, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, and 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 in this RFI? (3) Are you the manufacturer, or authorized distributor, and/or can you provide an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re 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) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Please indicate whether your product conforms to the requirements of the Buy American Act? (11) 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. (12) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling, and convincing evidence that all equal to items"" meet all the salient characteristics. (13) Please review salient characteristics/statements of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (14) If this action is set-aside for SDVOSB/VOSB, are you able to comply with VAAR 852.219-76 by completing the Certificate of Compliance for supplies and products? (15) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to carl.myers3@va.gov. Telephone responses will not be accepted. When responding via email ensure the subject line is titled with RFI# 36C24824Q1500 Circuit Breakers. No Other information is available at this time. We thank you for your time and interest. Responses must be received no later than Tuesday, August 19, 2024 by 3:00 PM PST. All responses to this RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. (End of RFI)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0b7fc7193bcd414bbdfcb1eb8b932f94/view)
- Place of Performance
- Address: Department of Veterans Affairs Orlando VA Healthcare System 13800 Veterans Way, Orlando, FL 32827, USA
- Zip Code: 32827
- Country: USA
- Zip Code: 32827
- Record
- SN07169137-F 20240815/240813230129 (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 |