Arkansas Bids > Bid Detail

7195--Recliners behavioral health

Agency:
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159134401489048
Posted Date: Nov 15, 2023
Due Date: Nov 22, 2023
Source: https://sam.gov/opp/39cbd0f552...
Follow
7195--Recliners behavioral health
Active
Contract Opportunity
Notice ID
36C25624Q0199
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 15, 2023 01:20 pm CST
  • Original Response Date: Nov 22, 2023 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 21, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7195 - MISCELLANEOUS FURNITURE AND FIXTURES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Central Arkansas Veterans Healthcare System Little Rock , 72205
    USA
Description
Department of Veterans Affairs
Network Contracting Office (NCO) 16
Request For Information (RFI)

DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI.

1. Title: Recliners for behavioral health

2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following:

STATEMENT OF WORK

1.0 GENERAL SCOPE
CAVHS has a requirement for an emergency order of behavioral health recliners, beds, and mattresses to ship to 2200 Fort Roots Drive building 182/189 warehouse
This requirement includes 14 behavioral health recliners, 6 platform beds with risers and mattresses, 8 medical psychiatric beds with mattresses. Delivered fully assembled to NLR building 170. The Contracting Officer Representative (COR) is [Kristy Pitman & Sarah Smith]
Healthcare furnishings include behavioral health recliners, platform beds with risers and mattresses.
The contractor shall provide delivery to 2200 Fort Roots Drive North Little Rock, AR 72114 Building 170
2.0 PERFORMANCE REQUIREMENTS
The contractor shall provide and be responsible for the technical assistance, development and generation for final specifications.
Furniture Delivery will be required
Duty hours will be [M_F 9-2:30pm]. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Monday.
The contractor shall: [Provide specific information needed by contractor to further detail task order/project needs]
Coordinate and provide product to ship and deliver fully assembled from the manufacturer. The CORs Kristy Pitman & Sarah Smith will coordinate with logistics warehouse on receiving
Provide maintenance manuals for all products specified.
4.0 SUBMISSION OF QUESTIONS
Questions: All questions must be received by November 20th, 2023. All questions submitted for this solicitation must be electronically sent to the following email address: [insert CO email or contact information here]. Questions received after the stated date and time, may be addressed at the discretion of the Contracting Officer.

5.0 SUBMISSION OF QUOTATION

Quote Submission: The contractors shall submit complete emailed electronic copy portable document format (.pdf) or Microsoft Excel (.xls) format of:Volume 1: (technical)
complete manufacturer s product specifications
Bill of Materials tagged per CLIN/
product literature
physical finish samples
sustainability certification documents
complete testing results / certificates
warranty.
Self-certifying statement confirming ability to meet project deadlines
Volume 2: (pricing)
price quote with separate line for each CLIN
Bill of Materials with subtotals and tagged per CLIN/
Submissions can be sent in multiple emails to avoid computer system email size limitation, to [insert CO name and email address]. Quotes submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation. The contractor is responsible for confirming the Government s receipt of the contractor s quote.
6.0 EVALUATION CRITERIA
Task order will be evaluated on:
Bill of Materials with subtotals and tagged per CLIN /
PDF Cut sheets with product detail for each line item.
Labor/Services appropriate to the scope of work. (no pricing included)
Sustainability Certification
7.0 PRODUCT
General

All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion.

Furnishings shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing.

See attachment for technical requirement of products.

8.0 SERVICES

Design Contract Tasks/Requirements

The contractor shall be responsible for providing all sample materials for awarded product (2-Day Delivery) as requested by VA Interior Designer.
The product must not be placed into production without clearance from the VA COR.

The contractor shall track manufacturing schedule and notify VA Interior Designer with updates of estimated completion date by email.
The Government maintains the option to modify the normal work week, days and hours, as necessary for the accomplishment of VHA mission.
Work Required by Others

All work required by other trades shall be identified under this section by the Bidder.

Minimal Technical Requirements behavioral health recliners, platform beds with risers and mattresses name brand or equal to basis of design.
See picture below of minimal technical requirements for the CLINs:

CLIN#1

***Note: Recliners must have locking castors.


CLIN#2



CLIN#3

The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code _339113__________ is _1250___________ (employees or dollars).

3. Responses Requested: The following questions must be answered in response to this RFI.
Answers that are not provided shall be considered non-responsive to the RFI:

a. Where are the requested items/equipment manufactured?

Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice

b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)?

Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice

c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement?

The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice.
d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following:

Point(s) of contact name: _______________________________________________
Address: ___________________________________________________
Telephone number: ___________________________________________
Email address: _______________________________________________

Company's business size: ________________________________________________
Data Universal Numbering System (DUNS) #: _______________________________

e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code?

Please provide proof of qualifications.

f. Is your company available under any Government Wide Agency Contract (GWAC), General
Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or
Blanket Purchase Agreement (BPA)?

If so, please identify the contract number for the Government to review as part of this Market Research.

4. Opportunity/Market Pricing: The CAVS is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the CAVS in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation.

5. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 14:00 (CST), November 20, 2023 via email to reginald.clark@va.gov

RFI responses are due by 12:00pm (CST), Friday, November 22, 2023; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to reginald.clark@va.gov The subject line shall read: Clear Chart. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f).

Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by CAVS as Market Research and will not be released outside of the CAVS Purchasing and Contract Team.

7. Contact Information:

Reggie Clark
Reginald.clark@va.gov

Your response to this notice is greatly appreciated!
Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 15, 2023 01:20 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >