8430--Safety Footwear Indefinite Delivery Indefinite Quantity (IDIQ) VA Greater Los Angeles Healthcare System

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Virginia
Level of Government: Federal
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
Opps ID: NBD00159930796798233
Posted Date: Apr 8, 2024
Due Date: Apr 19, 2024
Solicitation No: 36C26224Q0654
Source: Members Only
Follow
8430--Safety Footwear Indefinite Delivery Indefinite Quantity (IDIQ) VA Greater Los Angeles Healthcare System
Active
Contract Opportunity
Notice ID
36C26224Q0654
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
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 08, 2024 12:40 am PDT
  • Original Response Date: Apr 19, 2024 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 8430 - FOOTWEAR, MEN'S
  • NAICS Code:
    • 316210 - Footwear Manufacturing
  • Place of Performance:
    Department of Veteran Affairs VA Greater Los Angeles Healthcare System Los Angeles , 90073
    USA
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 sources 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 supplies described below.

Contract Title:
VA Greater Los Angeles Healthcare System (VAGLAHS) safety footwear and safety footwear delivery vehicle indefinite delivery indefinite quantity (IDIQ) contract

Background:
VA Greater Los Angeles Healthcare System (VAGLAHS) requires an indefinite delivery indefinite quantity (IDIQ) contract for safety footwear as well as a requirement for a mobile safety footwear delivery vehicle to come on-site.

Scope:
Contractor shall provide a variety of safety boots in a variety of sizes.
Contractor is required to come on site at (2) locations in a mobile delivery vehicle to deliver and provide boots to authorized employees.

Requirements/Salient Characteristics:
Contractor must have no less than (3) retail outlets
Contractor must have mobile delivery vehicle for safety footwear
Contractor must have a variety of safety footwear available for men and women
Contractor must have a variety of sizes available for men and women

Deliverables:

Line Item
Description
Max Quantity
Unit of Measure
Base Year
SAFETY FOOTWEAR FOR VHAGLA STAFF, AS DETERMINED APPROPRIATE BY SERVICE-LEVEL SUPERVISORS (SERVICE LISTS ARE REQUIRED) SELECTION IS LIMITED TO LIST OF SHOES PROVIDED BY VENDOR IN ADVANCE AS BEING WITHIN ALLOWABLE COST LIMITATION.
118
PR
Option Year 1
SAFETY FOOTWEAR FOR VHAGLA STAFF
118
PR
Option Year 2
SAFETY FOOTWEAR FOR VHAGLA STAFF
118
PR
Option Year 3
SAFETY FOOTWEAR FOR VHAGLA STAFF
118
PR
Option Year 4
SAFETY FOOTWEAR FOR VHAGLA STAFF
118
PR
NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics is outlined above #4 Requirements/Salient Characteristics. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award.

For equivalent items other than the brand specified, offerors may create additional line items for additional feature/accessories required in order to meet the salient characteristics above. Offerors must include the brand name and model/item# if different than listed and must provide product brochures and evidence that the equivalent brand meets the requirement.

No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM.

Performance Monitoring
Supply Chain Management

Other Pertinent Information or Special Considerations.
Boots must conform with minimum safety standards outlined by the Occupational Safety and Health Administration

Max allowable cost per boot is $150.00

Safety Shoe Voucher example is provided as an attachment to this announcement

Place of Performance
Greater Los Angeles Healthcare System (GLAHS)
11301 Wilshire Blvd
Los Angeles, CA 90073

Sepulveda Ambulatory Care Center (SACC)
16111 Plummer Street
North Hills, CA 91343

Period of Performance.
One year from date of award plus four option years

Items being offered must be in compliance with the Buy American Act.

If you are interested and are capable of providing the required supplies, 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 referenced NAICS code?
(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) Please provide general pricing and product lead time for your products/solutions for market research purposes.
(7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above.
(8) Are the items offered American made? If not, what is the country of origin?

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 325412 (1,000 employees).

Responses to this notice shall be submitted via email to Adrienne.Brown4@va.gov. Telephone responses will not be accepted. Responses must be received no later than 4/19/2024 10:00 AM Pacific Local Time.

After review of the responses to this sources 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 U.S. Small Business Administration (SBA) located at http://veterans.certify.sba.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 08, 2024 12:40 am PDTSources 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 >