Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2024 SAM #8299
SOURCES SOUGHT

69 -- Portable Audio and Visual Relaxation Station

Notice Date
8/15/2024 9:32:11 AM
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0952
 
Response Due
8/20/2024 10:00:00 AM
 
Archive Date
10/19/2024
 
Point of Contact
McDaniel Brayboy III, Contract Specialist, Phone: 412-822-3764
 
E-Mail Address
mcdaniel.brayboy@va.gov
(mcdaniel.brayboy@va.gov)
 
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 Portable Audio and Visual Relaxation Station. Portable Audio and Visual Relaxation Station GENERAL INFORMATION Scope of Need: Lebanon Veterans Affairs Medical Center (LVAMC) has a requirement for six (6) portable audio and visual wellness relaxation stations. The vendor must provide all deliverables described in this statement of need (SON) in an operational condition, capable of being used directly from the shipping package(s). Type of Contract: Firm Fixed Price. GENERAL REQUIREMENTS Saliant Characteristics: The six (6) portable audio and visual wellness relaxation stations must include the following: Operate on an independent server, not dependent on LVAMC server Operation must not require recurring fees Fully assembled upon delivery 110-120v power connection Fabricated panels and base Portable station must have four (4) swivel casters with a minimum of two (2) locking casters Minimum of three (3) minutes of audio and visual experience Minimum of 20 installed programs LCD touch screen monitor that can be securely mounted to portable station Minimum size screen 27 High quality noise cancellation headsets per station Minimum size headset 3 Fixed connection to station with auxiliary cable to prevent loss of headset Headphone splitter with audio sound adapter to insert personal headsets if desired Equipped with a data tracking system to capture pre and post use evaluations Data collected must not contain any personally protected identifiable information. Warranty: All equipment and materials must come with a standard one-year manufacturer(s) service warranty upon receipt of delivery. DELIVERY: Delivery of the six (6) portable audio and visual wellness relaxation stations shall occur within 90 days upon contract award. Delivery to the facilities shall be coordinated at least 72 hours prior to the required delivery date with the LVAMC Point of Contact (POC). Note: The POC has no authority to change the terms and conditions of the awarded contract. Vendor shall provide delivery of the six (6) portable audio and visual wellness relaxation stations according to the schedule outlined by the POC on the Delivery Order to the specified locations: Quantity Location Address 1 Lebanon VA Medical Center 1700 S. Lincoln Ave., Lebanon, PA 17042 1 Cumberland County VA Clinic 5070 Ritter Road, Mechanicsburg, PA 17055 1 Lancaster County VA Clinic 212 Willow Valley Lakes Drive, Willow Street, PA 17584 1 York VA Clinic 2251 Eastern Boulevard, York, PA 17402 1 Schuylkill VA Clinic 1410 Laurel Boulevard, Pottsville, PA 17901 1 Berks County VA Clinic 2762 Century Boulevard, Wyomissing, PA 19610 Work Hours: Standard operational hours are 0730-1600, Monday through Friday. 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) 334310, Audio and Video Equipment 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 Specialist at mcdaniel.brayboy@va.gov no later than 1:00 PM Eastern Standard Time on August 22, 2024. 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 Specialist McDaniel Brayboy III, Contract Specialist at mcdaniel.brayboy@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/6096a71b5c394301ba3fcdc291e1a5a1/view)
 
Place of Performance
Address: Lebanon VAMC 1700 S. Lincoln Ave, Lebanon 17042
Zip Code: 17042
 
Record
SN07173109-F 20240817/240815230128 (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.