SOURCES SOUGHT
61 -- Batteries (hearing aids and other associated devices)
- Notice Date
- 11/21/2024 12:11:52 PM
- Notice Type
- Sources Sought
- NAICS
- 335910
—
- Contracting Office
- COMMODITIES & SERVICES ACQUISITION SERVICE (36C791) DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 36C79125Q0001
- Response Due
- 1/8/2025 9:00:00 AM
- Archive Date
- 03/09/2025
- Point of Contact
- John Overstake, Contract Specialist, Phone: 720-497-2304
- E-Mail Address
-
john.overstake@va.gov
(john.overstake@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice BATTERIES (HEARING AIDS AND OTHER ASSOCIATED DEVICES) GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 80401-5621 SOLICITATION NUMBER* 36C79125Q0001 RESPONSE DATE/TIME/ZONE 12-20-2024 12:00 PM EASTERN TIME, NEW YORK, USA ARCHIVE 60 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE PRODUCT SERVICE CODE* 6135 NAICS CODE* 335910 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Commodities & Services Acquisition Svc (003B6E) 555 Corporate Circle Golden CO 80401-5621 POINT OF CONTACT* Contract Specialist John Overstake john.overstake@va.gov 720-497-2304 Contracting Officer Dustin Dallis dustin.dallis2.@va.gov 303-273-6223 PLACE OF PERFORMANCE ADDRESS 555 Corporate Circle Golden CO POSTAL CODE 80401-5621 COUNTRY USA DESCRIPTION DEPARTMENT OF VETERANS AFFAIRS (VA) DENVER LOGISTICS SERVICE (DLS) and COMMODITIES AND SERVICES ACQUISITION SERVICE (CSAS) SOURCES SOUGHT SYNOPSIS This is a Sources Sought announcement seeking sources for a variety of battery types for hearing aids and other medical devices. The Department of Veterans Affairs (VA) Denver Logistics Service (DLS) and Commodities Services and Acquisition Service (CSAS), located at 555 Corporate Circle, Golden, Colorado, 80401, intends to issue single or multiple awards of indefinite-delivery, indefinite-quantity, fixed price contracts for Batteries at a future date. The VA DLS and CSAS are in the initial acquisition planning phase of the batteries procurement in support of the Veterans Health Administration (VHA) objective to ensure availability and consistency of products and services for nationwide distribution of batteries and to leverage economies of scales for the best value to the Government acquisition. The award of Indefinite-Delivery/Indefinite-Quantity contracts to multiple vendors is contemplated to provide the necessary coverage to supply power to the various types of hearing and other associated medical devices required within the VA to support the nation s veteran patients. The contracts are anticipated to cover the national batteries requirements for a one-year base period and four, one-year option periods. Various types of batteries will be ordered in such quantities as needed to fill agency requirements. Procured batteries will be for delivery to DLS in Golden, CO, on a F.O.B. destination basis. The successful Contractor(s) will be obligated to deliver all items that may be ordered during the term of the contract. There is no expressed or implied guaranteed that the quantities will be ordered regularly. Vendors should note that responses to this Sources Sought may in part be utilized by the Agency in a determination whether or not to set aside particularly listed Agency items or item exclusively for participation by various small business socio-economic concerns. Additionally, the results of this Sources Sought will be utilized to determine if any Service-Disabled Veteran Owned Small Business/Veteran Owned Small Business (SDVOSB/VOSB) opportunities exist. However, this Sources Sought is also being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. All Small Business, Socioeconomic contracting programs including SDVOSBs, (8(a), and HUBZone, will be considered. This requirement is assigned NAICS code 335910, Primary Battery Manufacturing. The size standard for this NAICS code 335910 is 1,250 employees. As a result of this Sources Sought, the VA DLC and CSAS may conduct a competitive procurement and subsequently award a contract(s). Your responses will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. ***THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR BID, AND DOES NOT OBLIGATE THE GOVERNMENT TO AWARD A CONTRACT. *** BATTERY TYPES AND ESTIMATED QUANTITIES: Base Year Option Yr 1 Option Yr 2 Option Yr 3 Option Yr 4 Est Qty Est Qty Est Qty Est Qty Est Qty ALK-AA 168,000 157,500 147,000 136,500 126,000 ALK-AAA 283,600 265,875 248,150 230,425 212,700 ALK-AAAA 31,000 29,063 27,125 25,188 23,250 ALK-1604 8,000 7,500 7,000 6,500 6,000 ALK-C 14,200 13,313 12,425 11,538 10,650 ALK-D 18,800 17,625 16,450 15,275 14,100 ALK-N 720 675 630 585 540 ALK-12V A23 13 12 11 10 10 CR123A 120 113 105 98 90 CR2-3 60 57 53 49 45 CR2025 260 244 228 211 195 L2032 12,000 11,250 10,500 9,750 9,000 L2450 10,800 10,125 9,450 8,775 8,100 NIMHAA 45,000 42,188 39,375 36,563 33,750 NIMHAAA 1,360 1,275 1,190 1,105 1,020 NIMHBA151 32 30 28 26 24 NIMHSERVOX 280 263 245 228 210 NIMH13 2,195 2,058 1,920 1,783 1,646 NIMH312 7,534 7,063 6,592 6,121 5,651 S357 680 638 595 553 510 ZA675MF 650,000 633,750 617,500 601,250 585,000 ZA312MF 37,000,000 36,075,000 35,150,000 34,225,000 33,300,000 ZA13MF 9,000,000 8,775,000 8,550,000 8,325,000 8,100,000 ZA10MF 3,000,000 2,925,000 2,850,000 2,775,000 2,700,000 ZA675HPMF 460,000 448,500 437,000 425,500 414,000 INFORMATION REQUESTED AND QUESTIONS TO BE ADDRESSED We are requesting interested parties submit answers and/or provide responses to the following: What is your company name, address, and point of contact information? Is your company a United States business? If not, identify the country? Does your company manufacturer the batteries listed above, or are you a distributor? Ensure your response lists each battery type your company is interested in offering to the Government by the American National Standards Institute (ANSI) standards listed in the first collum and indicate your company s status as a manufacturer or distributor. If you are a manufacturer, please submit a capability statement of your firm s ability to manufacture and deliver each battery type your company is interested in offering to the Government based on the estimated order quantities listed above and, if applicable, similar requirements your company has been contracted to provide. If you are a distributor, please submit a capability statement of your firm s ability to acquire and distribute each battery type your company is interested in offering to the Government based on the estimated order quantities for each battery type listed above and, if applicable, similar requirements your company has been contracted to provide. Does your company utilize certified packaging in compliance with the Reese s Law for button and coin cell batteries? Additionally, please state the type of packing your company uses (i.e. standard commercial packaging, intermediate packaging, and/or master commercial packaging). For each type of battery, indicate the packaging type available and the quantities contained within each pack. What is your typical delivery standard (in business days) after receipt of an order? Regarding the size of your company, are you considered a small business concern in accordance with the Small Business size standards of NAICS code 335910? Is your company a Service-Disabled Veteran Owned Small Business (SDVOSB) as described by Federal Acquisition Regulation (FAR) Part 2? Is your company a Veteran Owned Small business (VOSB) as described by FAR Part 2? If your company is a (SDVOSB) or (VOSB), is your business verified in the Small Business Administration (SBA) Veteran Small Business Certification (VetCert)? See https://veterans.certify.sba.gov/ What is the socio-economic status (See FAR Parts 2 and 19 for definitions) of your company? Has your company completed current representations and certifications regarding its socio-economic status on the https://www.sam.gov website? Interested parties are encouraged to submit a response in a standard formatted PDF document (five pages or less in total length including tables and graphs) and delivered as an attached to an electronic mail (email) message to John Overstake, at john.overstake@va.gov and Dustin Dallis, at dustin.dallis2@va.gov. Responses are due no later than 12:00 pm EST on December 17, 2024 or as soon as practicable. Early responses will be greatly appreciated. Note: All email communications with the Government must include the company name, address, point(s) of contact name and title, e-mail address, and telephone number.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/39e7ba493b314820b181a2602bc0f8c1/view)
- Place of Performance
- Address: 555 Corporate Circle, Golden 80401-5621, USA
- Zip Code: 80401-5621
- Country: USA
- Record
- SN07272729-F 20241123/241121230118 (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 |