Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2025 SAM #8657
SOURCES SOUGHT

72 -- VA Long Beach Flooring Materials

Notice Date
8/7/2025 8:12:18 AM
 
Notice Type
Sources Sought
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q1297
 
Response Due
8/8/2025 10:00:00 AM
 
Archive Date
09/01/2025
 
Point of Contact
Melissa Ramirez
 
E-Mail Address
Melissa.Ramirez8@va.gov
(Melissa.Ramirez8@va.gov)
 
Description
THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 326199 (size standard of 750 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing flooring materials equivalent to the items below. CLIN ITEM DESCRIPTION QTY UOM 0001 Tarkett -Acczent Flourish. color: Thrive Essence #83204 or equal 7000 SF 0002 Tarkett roll smart adhesive/975 2 gallons or equal 20 EA 0003 Tarkett Grey 0284 weld rod solid or equal 20 EA 0004 Tarkett - iD Latitude Wood Color: Chamois Oak #PLWD 3606 or equal 4500 SF 0005 Shaw - Roji Sheet Terasu color: Style #: 0798V Tea Garden 96216 or equal 1100 SF 0006 Shaw 4151 adhesive 4 gal pails or equal 4 EA 0007 Shaw 353VS weld rod/color: WEL7332 carton or equal 5 EA 0008 BurkeBase Cove-base Ginger #503 Type TP 1/8 (Non-Ortho Phthalate) or equal 10000 EA STATEMENT OF WORK General: VA Long Beach Healthcare System located at 5901 East 7th Street, Long Beach CA, 90822 has a requirement for flooring materials with the following required SOW. This requirement includes two types of Sheet Vinyl Flooring with the corresponding welding rods and adhesive, Luxurious Vinyl Tiles (LVT) with the corresponding adhesive, and Cove-base. Scope: VA Greater Los Angeles facility is looking to replace current outdated flooring. The contractor is required to provide brand name or equal equipment that meets or exceed the physical, functional, and performance of the listed SOW in this section. Installation will not be required. SALIENT CHARACTERISTICS: CLIN 0001 Tarkett -Acczent Flourish color: Thrive Essence #83204 or equal Quantity: 7,000SF Must be commercial sheet vinyl with backing to meet stringent performance, durability, and safety requirements. Must be Heterogeneous construction with fiberglass reinforcement and polyurethane finish to withstand heavy traffic and harsh conditions. Must be low Volatile Organic Compounds (VOC) emissions, suitable for hospital environments. Must support weld rods for continuity design. Must pass ASTM tests for chemical resistance, residential indentation, and flexibility. Must meet ASTM F1303 specifications with Type 1, Grade 1, Class B standards for proper thickness needed for commercial environments. Must meet the static coefficient of friction > 0.5, Static load limit: 250psi 0.5 with static load of 250psi 212�F/100�C. Must be for interior use only with VOCs < 0.5 g/L. CLIN 0007 Shaw 353VS weld rod/color: WEL7332 carton or equal Quantity: 5EA Must be a PVC Weld Rod with 4mm to weld sheet vinyl flooring together properly. Must be compatible with Shaw flooring types: Basstones 0301V, Nature life Wood 0002V, Reed 0797V, Roji 0798V, Tatami 0796V, and Vitality 0873V. Must ensure consistent seamless quality and appearance. Must be available in unicolor and multi color version to match the finish of the sheet flooring. CLIN 0008 Burke Base Cove-base Ginger #503 Type TP 1/8 (Non-Ortho Phthalate) or equal Quantity: 10,000EA Must be Thermoplastic Rubber construction to provide dimensional consistency and stability between vinyl flooring materials and bases of walls. Must have a matte finish for a seamless look. Must have standard ASTM F1861 with Type TP, Group 1 classification to provide proper base between walls and floors. Must have a coved or toeless profile to protect walls from possible damage. Must be 4 (102 mm) in height with 1/8 in thickness to fit accordingly with vinyl flooring. Must have static load of 500 psi to properly support unmoved weight. Must have smoke Density less than 450. Must be Non-toxic Ortho Phthalate vinyl material. Must be FloorScore Certified, to comply with indoor air emissions of Volatile Organic Compounds (VOCs) with potential health effects. Must contribute to Leadership in Energy and Environmental Design (LEED) and Green Globes programs ensuring environmental performance of buildings. Warranty of Equipment Government requirement for standard manufacturer industry warranty term. The government does not accept extended warranties, which require advance payment. The Vendor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the warranty period. The cost of transportation of replacement material and parts shall be borne by the Vendor. Period of Performance 30 Days ARO Place of Performance: VA Long Beach Healthcare System 5901 East 7th Street Long Beach, CA 90822 Delivery Schedule Hours of operations: Mon-Fri / 6:30am -3:00pm. Due to unforeseen road closures, duty hours may extend to after-hours and/or weekends. Items are to be delivered to the warehouse for processing and then transferred by warehouse staff to the main facility. Contractors are to coordinate delivery with station POC s. Installation will not be required. The list of flooring materials characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Incomplete responses to the questions below this notice will not be accepted. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SOW requirements. For instances where your company cannot meet the SOW requirement(s), please explain. For instances where your company can meet the SOW requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) 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. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW? (6) 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). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR � 125.6? (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) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell 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? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) 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(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) 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. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Melissa.Ramirez8@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, August 8th, 2025 by 10:00 AM Pacific Local Time. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/032054bd35c04c8a8680ef6367b120fe/view)
 
Place of Performance
Address: Long Beach, CA 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN07542742-F 20250809/250807230103 (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.