6515--Medical Storage Racks

expired opportunity(Expired)
From: Federal Government(Federal)
36C26224Q0854

Basic Details

started - 21 Mar, 2024 (1 month ago)

Start Date

21 Mar, 2024 (1 month ago)
due - 03 Apr, 2024 (23 days ago)

Due Date

03 Apr, 2024 (23 days ago)
Bid Notification

Type

Bid Notification
36C26224Q0854

Identifier

36C26224Q0854
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103372)VETERANS AFFAIRS, DEPARTMENT OF (103372)262-NETWORK CONTRACT OFFICE 22 (36C262) (6154)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size
classification relative to NAICS 339113 (size standard of 800 Employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide MOR-STOR MEDICAL, FOUR/FIVE SECTION RACK WITH BASKETS that at a minimum meet the brand name and/or can possibly provide an equal product for The Loma Linda VA Medical Center Located in Loma Linda, CA. Brand name Information: Manufacturer: MOR-STOR MEDICAL Part Number: MS-KITRK4N-8DWR MS-KITRK5N-8DWR Nomenclature: MOR-STOR FOUR SECTION RACK WITH (8) GREY BASKETS (TYPE N) MOR-STOR FIVE SECTION RACK WITH (8) GREY BASKETS (TYPE N) Model Number: MS-KITRK4N-8DWR MS-KITRK5N-8DWR (Any other information): Equal to product Information: Salient Characteristics Custom Medical Racks Four Section Rack and Five Section Rack Must have the following: Shall be constructed from 1.25 tubular, galvanized, powder coated steel in #9006 grey color or material of equal strength, size, and durability. Rack units should be of the following height only in 79 with grey 3 Tente brand wheels only. Shall have Interconnect bottom support H support and solid steel plates to prevent mop splashes to lower supplies. Must have strong support Z bracket in rear for added support and strength. The steel frame must have a 1.25 cross support in middle of frame to added support and strength. Shall use support ABS (2in1) basket runners with rolling wheels that can support both basket and flat shelf at the same time and support up to 60 lbs. per runner set as presented in image below. Baskets, Runners, and solid trays should all be in grey color as presented below in image. Racks shall be able to hold up to 12 dividable bins. Shall support bins of varying depths constructed of injection molded acrylonitrile butadiene styrene (ABS) with the dimensions of 40cm x 60cm in grey color. Baskets should include partitions in each bin that lock directly into the basket without using special partition locks. Baskets shall be modular and spacing easily adaptable to accommodate future inventory growth. Baskets must have ergonomic pull handles that will accommodate insertable color code strips as shown on image below. The handles should be constructed of injection molded acrylonitrile butadiene styrene (ABS) and should fit securely across the front ledge (lip) of each basket without interfering with basket runner or closing basket to full capacity. Assembly Required. 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/services that fulfill the required specifications. * We are seeking sources for products that meet the requirements set forth by the Buy American Act (41 U.S.C. §§ 8301-8305). The purpose of this notice is to identify potential offerings that are compliant with the BAA, which stipulates that the U.S. government give preference to domestically produced goods. All products offered must be either manufactured in the United States or, if manufactured outside of the United States, must qualify as domestic end products or construction materials as defined in the BAA and its implementing regulations. By submitting a response to this notice, you certify that the products offered meet these requirements and that upon request, you can provide documentation verifying compliance. Failure to comply with these criteria may result in disqualification from consideration. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, 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, authorized distributor, and/or can provide equivalent solution to the items being referenced above? If applicable, please provide the manufacturer name and business size. (4) Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin. (5) 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). (6) 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? (7) If you intend to sub contract 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. (8) 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. (9) 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. (10) 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. (11) Please submit your capabilities statement illustrating your organizations 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. (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (13) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to israel.garcia2@va.gov. Telephone responses will not be accepted. Responses must be received no later than 04/03/2024 by 12:00PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.

Department of Veterans Affairs VA Loma Linda Healthcare System  Loma Linda ,
  92357-1000  USALocation

Place Of Performance : Department of Veterans Affairs VA Loma Linda Healthcare System

Country : United StatesState : CaliforniaCity : Loma Linda

Office Address : 335 E. German Rd SUITE 301 Gilbert , AZ 85297 USA

Country : United StatesState : ArizonaCity : Gilbert

You may also like

RACK, AMMUNITION, STORAGE

Due: 30 Apr, 2024 (in 3 days)Agency: DEPT OF DEFENSE

LABREPCO MVE HECO CRYOGENIC TANK AND STORAGE RACKS/ACCESSORIES

Due: 29 Jun, 2024 (in 2 months)Agency: NATIONAL INSTITUTES OF HEALTH

Classification

naicsCode 339113Surgical Appliance and Supplies Manufacturing
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies