Overbed Tables

Agency:
State: Arkansas
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159969439374756
Posted Date: Nov 22, 2023
Due Date: Nov 29, 2023
Source: Members Only
Follow
Overbed Tables
Active
Contract Opportunity
Notice ID
36C25624Q0223
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 22, 2023 11:04 am CST
  • Original Response Date: Nov 29, 2023 01:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6530 - HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES
  • NAICS Code:
    • 337127 - Institutional Furniture Manufacturing
  • Place of Performance:
    Little Rock , AR
    USA
Description

This is a sources sought announcement only and not a request for quotes, bids, or proposals. This request is solely for the purpose of conducting market research to enhance the Department of Veterans Affairs (VA), Network Contracting Office 16 (NCO 16) understanding of the market offered products, services, and capabilities. Your responses to the sources sought will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.



The VA, NCO 16 is seeking to identify potential qualified vendors capable of providing removal and install of overbed tables for the CLC neighborhoods. This requirement includes healthcare furniture, furniture removal, professional installation and maintenance/warranty services. The Removal of roughly around 90 existing overbed tables that will need to be taken to building 105 on the Fort Roots campus for storage. Building 105 does not have a dock but does have a ramp that goes down to the storage area.



This requirement is for the Central Arkansas Veterans Healthcare System (CAVHS) located at 2200 Fort Roots Drive, Building 189 Warehouse, North Little Rock, AR 72114.



The North American Industry Classification Code (NAICS) is 337127, with a size standard of 500 Employees. Prior to issuing a solicitation, and pursuant to the Veterans First Contracting Program, the VA is trying to ascertain if there are any qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) with the capability of fulfilling the requirement: (Respondents are not limited to SDVOSB/VOSB concerns; the Government seeks to identify all potentially interested sources).



All responsible vendors and interested parties please respond to this sources sought announcement if you can fulfill the requirements described: Removal and Installation of Overbed Tables





Responses to this sources sought shall include the following information:



1. Your company name, address, point of contact name, phone number, fax number, e-mail address(s), UEI SAM number, number of employees, and company website if available.



2. If you are an GSA/FSS contract holder are the referenced items available on your schedule/contract? Provide your company GSA/FSS contract number and contract expiration date, if applicable.



3. Is your company a contract holder on any other federal contract? If so, please provide the contract number.



4. Socio-economic status of business such as but not limited to (SDVOSB/VOSB, 8(a), HUB Zone, Women Owned Small Business, Small disadvantaged business, or Small Business HUB Zone business, Large Business, etc.).



5. Is your company considered small under the NAICS code identified in this sources sought announcement?



6. Is your company the manufacturer, distributor, or an equivalent for the products being offered? If an authorized distributor or equivalent, can you provide documentation from the manufacturer confirming authorization to provide the referenced items and/or products being offered? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.




  • Does your company exceed 500 employees;

  • Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;

  • Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;

  • Obtained an individual or class waiver?



7. If your company is a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of contact and size status (if available).



8. If your company is an authorized distributor or equivalent for the items identified; do you alter, assemble, modify the items and/or products being offered in any way? If so, state how and what is altered, assembled, or modified?



9. What is the manufacturing country of origin of the items and/or products being offered?



10. Delivery Timeframe The Government would like to know the standard delivery time frame for a requirement like this.



11. Provide warranty information for the product.



12. Vendors are requested to submit estimated market research pricing with their responses.



The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g., if Contracting Officer determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Estimated pricing will not be used to evaluate for any type of award.



Interested vendors are reminded that in accordance with FAR subpart 4.12, offerors and quoters are required to complete electronic annual representations and certifications in System for Award Management (SAM) accessed via https://www.sam.gov as a part of required registration (see FAR 4.1102 - Policy).



All registrants are required to review and update the representations and certifications submitted to SAM as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The representations and certifications are effective until one year from date of submission or update to SAM.



This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement 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. All information submitted in response to this sources sought notice become property of the Government.



Interested vendors should submit an email to Karen.battie@va.gov. All responses must be received in writing no later than 1:00 PM CST on November 29, 2023. Questions or inquiries will not be answered or acknowledged, and no feedback or evaluations will be provided. No solicitation document is available at this time. This notice is to acquire information only, therefore your response will not be considered for a contract award. Vendors interested in providing an offer will have to respond to a solicitation announcement that shall be published separately.



If no responses to this notice are received from an authorized distributor of the cited brand name, then this action will be sole sourced to the manufacturer.


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 22, 2023 11:04 am 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 >