6515--Mobile High Density Storage System

Agency:
State: Virginia
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159249146413759
Posted Date: Apr 22, 2024
Due Date: Apr 30, 2024
Solicitation No: 36C26224Q0979
Source: Members Only
6515--Mobile High Density Storage System
Active
Contract Opportunity
Notice ID
36C26224Q0979
Related Notice
Department/Ind. Agency
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 22, 2024 11:45 am PDT
  • Original Response Date: Apr 30, 2024 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 29, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
  • Place of Performance:
    Department of Veterans Affairs San Diego VA Healthcare System San Diego , 92161
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this source sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below.

The Department of Veterans Affairs Network Contracting Office 22 is seeking a contractor to provide and install mechanical assist mobile high density storage system for San Diego VA Healthcare System, Oceanside CBOC. The prospective contractor must be able to provide the following items:

Salient Characteristics:
The Carriages shall be rated at 1000 lbs. per carriage foot.
The carriages shall have a ¾ retaining lip that is a structural part of the carriage and not just welded to the top of the carriage.
The carriage shall have line shaft drive along with dual flange guidance with in-rail anti-tips on all the carriages.
The carriage dimensions are dependent on the system location and storage requirements. (See section 8. Images)
The stationary platforms if required shall also be dependent on location and storage requirements and constructed the same as the carriage.
The rail shall be a one-piece (1) bar stock 1045 steel welded into a channel that accepts in rail anti-tips.
The rails shall be fully grouted and anchored to the floor using local seismic codes. No shims are allowed.
The floor and ramp shall be a minimum of ¾ 5 ply B grade Plywood and able to accept floor covering.
Face panels if required must be laminate sound absorbing and have a chip resistant edge.
Self-edged face panels will not be acceptable due to ease of chipping.
The system must meet minimum seismic compliance standards.
The shelving shall be Heavy Duty 4-Post wedge-lock closed angles and tees to fit to the size of the designed carriage or platform depths where required.
Optional wide span shelving shall have posts that are punched on 1-1/2" centers to accept either clip attachment or bolt attachment.
Each upright shall consist of two 14-guage, hot rolled, formed steel box posts 1-3/4" x 1-13/16" and diagonal and horizontal bracing made of 3/4" x 1-1/2" x 20-guage welded tubing.
All components parts will be mig-welded to form a continuous upright assembly.
The shelf shall be ¾ plywood, particle board is not acceptable.
The mobile, shelving and weapons racks must be GreenGuard certified demonstrating that they meet Executive Order #13514.
The manufacturer is to be ISO-9001 certified.

BAT Rail Low Profile
1045 one-piece cold drawn structural rail. The low-profile rail that provides anti-tip grooves for seismic applications and installations with a high carriage height-to-width ratio. Rail assembly lengths are connected by overlapped and bolted connections that provide permanent horizontal and vertical alignment. All rail assemblies shall be fully grouted with a non-shrink hydraulic cement type grout with 8,000 lbs. PSI. strength after curing.

Floor and Ramp
¾ minimum plywood, minimum. 5-ply.
Reinforced and anchored, and leveled with leveling screws, maximum 16 (41 cm) on center.
Ramp recessed under carriages.

Carriages:
Fixture unit welded uni-frame, 12 Ga. carriage construction with 1,000 lb. per foot
minimum load rating per carriage foot for the movable carriages
Tension bolt, tongue and grove splices.
Full 5-3/4 (146mm) structural face construction with a 3/4 (19mm) vertical hem design.
One-piece structural wheel channel construction.
Durable powder coat oven cured paint finish.

Wheels, Drive System and Guidance System:
All drive wheels to be 5 (127mm) diameter; precision ground, balanced and hardened 1045 steel, with 3,500 lb. capacity of permanently lubricated wheel bearing.
Line Shaft drive wheels on one side of designated wheel channel assemblies.
Dual flange guidance assemblies, with in-rail anti-tip mechanisms at every wheel/rail location.

ADA Compliant Aisle:
Aisle provided exceeds the 36 minimum aisle width for ADA compliance.

Installation
The Installation team must be factory trained and certified and is employed by the vendor and not to be a sub-contracted installation crew.

Images
Red noted dimensions are critical dimensions.

If you are interested and are capable of providing the required supply(s) please provide the following information.
(1) Company Name, Address, Point of Contact
(2) 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.
(3) Is your company considered small under the NAICS code 321999?
(4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number.
(5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(6) Must provide general pricing for your products/solutions for market research purposes.

The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources-sought announcement. 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. 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 Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 321999 (500 Employees).

Responses to this notice shall be submitted via email to sam.choo@va.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, 04/30/2024 10:00 AM PT.

After review of the responses to this source sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process.

Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History

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 >