This is a SOURCES SOUGHT ANNOUNCEMENT ONLY

?

FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 201099CUSTOM STORAGE CABINETSSTANLEY VIDMAR and DSI CABINET85014VA258-17-N-054308-10-20171N13332439Department of Veterans AffairsTheresa HamiltonVA Cooperative Studies Program2401 Centre Avenue, SEAlbuquerque, NM87106USATheresa.hamilton@This is a SOURCES SOUGHT ANNOUNCEMENT ONLYIt is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses interested and capable of providing the services described below. Responses to this notice shall include the following: Company Name, Address, phone, websitePoint of contact with phone and email DUNS number, Cage Code and Tax ID NumberContract # if quoting on a GSA/FSS/NASA SEWP or other Contract vehicleType of small business e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc…Must provide a capability statement that addresses the organizations qualifications and ability to meet the requirements in the Statement of Work and example of products or brand name items as appropriate. Any responses involving teaming agreements/subcontractors should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners/subcontractors. The Government will use this information in determining its small business set-aside decision.Status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.Only written responses sent by email to HYPERLINK "mailto:Theresa.hamilton@" Theresa.hamilton@ by 4pm Eastern Time on the day of closing will be considered for market research to evaluate socioeconomic set aside opportunities and development of solicitation strategy.All responses must be received on or before 4pm Eastern Standard Time on the Response Due date listed under General Information. Note any questions or concerns that you would like addressed if a future solicitation is issuedImportant information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Solicitations may be posted on FBO or GSA eBuy. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No pricing or quote is requested with this posting. All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at HYPERLINK "" and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at HYPERLINK "" . No solicitation document is available at this time; this notice is to acquire information only. Vendors interested in providing an offer will have to respond to a solicitation announcement published separately.No additional information is available other than what is noted in this posting. All interested parties are instructed not to call the individual VA medical centers requesting more information. Statement of Work1 SCHEDULE OF SUPPLIES- Storage CLINDescriptionQtyUnit0001Stanley Vidmar Storage Cabinets4EA0002Drawer/Shelf Liners12EA0003DSI Storage Cabinet (KIT-D1-MC71AA)1EA2 BACKGROUNDThe Production Suite at the VA CSP in Albuquerque, houses several pharmaceutical packaging and manufacturing pieces of equipment. ??Some of the larger equipment has many spare parts that should, ideally be stored in cabinets and/or drawers. Custom cabinets would give these parts a proper storage option. 3 SCOPEThe VA CSP in Albuquerque, NM needs five equipment storage cabinets configured to store production equipment. The cabinets need to be configured (drawer type/layout) to support the shapes/sizes of the equipment to be stored. 4 ITEM SPECIFICS 4.1 Provide four (4) each Stanley Vidmar (or equal) storage cabinets for storing production equipment.a) Height/width/depth is: 59” h x 60” w x 27 ?” db) Cabinets must include casters suitable for linoleum floorsc) Colors Exterior: Blue Trays: Medium Grey d) Each cabinet must be configured as follows:1) Doors on front of cabinet (metal) to prevent items falling out3) Four (4) Roll-Out Trays in empty space starting from top (bottom of top drawer downward) should be approximately (these measurements are based on Stanley Vidmar models)3.a) 4.6 inches3.b) 7 inches3.c) 14.5 inches4.2 Drawer Liners: All drawers/roll-out trays must include shelf liners of thickest material drawer/tray can use. For example, if drawer inserts restrict thickness to one-eighth of an inch then that is maximum allowable thickness for the liner. All liner materials should wipeable and resistant to damage from heavy weight items.4.3 DSI or Equal Storage Cabinet: a)Provide one (1) each DSI KIT-D1-MC-71AA/Roll/Open Moducell 71” A Double Unit w/Rolldown Door (plastic) (or equal) storage cabinets for storing production equipment. No shelving but unit must have brackets that allow for slide-in shelving provided by VA (brackets for 4 shelves). Casters are requiredHeight – must have an interior height of a minimum of 68-inchesDepth – minimum of 24-inchesWidth – minimum of 24-inches5 PERFORMANCE MONITORING Performance monitoring will consist of acceptable arrival inspection.6 SECURITY REQUIREMENTSThe C&A requirements do not apply and a Security Accreditation Package is not required.7 GOVERNMENT-FURNISHED EQUIPMENT (GFE)/GOVERNMENT-FURNISHED INFORMATION (GFI)a) This photo from the Stanley Vidmar catalog is intended to show the desire set upb) This photo is the desired cabinet diagram (Note: based on Stanley Vidmar configuration tool) 8 DELIVERY SCHEDULE Vendor must deliver equipment 30 days after receipt of contract.9 ACRONYMSa. CO-Contracting Officer. ?The Federal employee who is warranted by the Government to enter into contracts on behalf of the Government and is the only person authorized to make changes to those contracts.b. COR-Contracting Officer's Representative. ?Individual designated by the CO to place orders, furnish technical guidance, advice, certify invoices, and provide general supervision of the work performed under the executed contract.c. CSPCRPCC-Cooperative Studies Program Clinical Research Pharmacy Coordinating Center.d. VAMC-Department of Veterans Affairs Medical Center.e. NMVAHCS-New Mexico Veterans Affairs Healthcare System. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download