6515--Shelves

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: South Carolina
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159410229434634
Posted Date: Mar 22, 2024
Due Date: Mar 26, 2024
Solicitation No: 36C24724Q0495
Source: Members Only
Follow
6515--Shelves
Active
Contract Opportunity
Notice ID
36C24724Q0495
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 22, 2024 11:20 am EDT
  • Original Response Date: Mar 26, 2024 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339999 - All Other Miscellaneous Manufacturing
  • Place of Performance:
    Ralph H. Johnson VA Medical Center Charleston , SC 29401
    USA
Description
THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS
Â
The Department of Veterans Affairs is conducting a sources sought to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small businesses concerns shall be capable of providing the necessary equipment and personnel to furnish service in the volume required for all the items under this contract. Contractor shall meet all requirements of Federal, State or City codes regarding operations of this type of service.
The NAICS code is 339999 (Size Standard: 550 Employees)
The intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the items below:

Shelves

Infection Preventive Extruded Anodized Aluminum Frame construction with 1-1/2 x 1-1/2 posts.
70-77.25 Height
18.75 -26.7 Wide
17.5 -25.4 Deep
Custom height on selects frames where sprinkler vertical clearance is currently an inspection citation. Â
Dust Cover (CTSOS/MMB/MMA)
Threaded top inserts.
Horizontal rear stabilization brackets
Rubber crash bumper
3 Swivel polyurethane braking double wheel casters (all 4 posts)
Optional upper spacer set.
L shaped shelf runners
Basket stops with nylon rollers.
Basket/tray rollers with nylon rollers
Tool less vertical 1 adjustmentÂ
Tray/Basket handle (A & B configuration)
Potential offerors having the skills, experience, professional qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements shall not exceed three (3) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), HUB Zone, SDVOSB, etc.); and (4) Familiarity and product knowledge.

Responses are due no later than 1200 EST, Tuesday, March 26, 2024, and shall be electronically submitted to: samuel.rhodes@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 22, 2024 11:20 am EDTSources 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 >