DISCLAIMER:
THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI.
This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication the Government will contract for the items contained in this announcement. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.
PURPOSE:
The purpose of this RFI is to conduct market research to find qualified vendors and to assist Network Contracting Office (NCO) 6 in determining if a future contract effort can be competitively awarded on a total Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside basis. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 334310 (Audio and Video Manufacturing) with the Small Business Size Standard of 750 Employees. If the Government determines there are qualified vendors for this requirement, a solicitation will be published and posted on the Contracting Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement.
INTRODUCTION:
This requirement is for the purchase of the 43UT672M0UC 43 Hospital Grade TVs.The Contractor shall provide all labor, material, supplies, management, and supervision necessary to provide the delivery of the items for the Salem VAMC.
The government is anticipating that this will be a brand-name requirement but encourages all vendors that can meet or exceed the item descriptions below to respond to this source sought. If providing a like item/system, please include attachments, information, and part numbers to allow the government to assess whether your items/system will suffice for this requirement.
REQUIREMENTS:
NOTE: The VHA NCO 06 is conducting market research to find qualified vendors who can deliver the following item(s) to Salem VA Medical Center 1970 Roanoke Blvd Salem VA 24153:
Manufacturer: ACOMPIS TECHNOLOGIES
Item Number
Description
QUANTITY
UNIT
1)
TVs
(44) LG 43UT672M0UC 43 Hospital Grade TVs with Labor to Hang/Program
44
EA
2)
Articulating Mounts with Adapter Plates
Articulating Mounts with Custom VESA Adapter Plates with Labor to Install. Custom work required to match proprietary Get Well mounts.
26
EA
3)
Nurse Call Audio Integration
Nurse Call Integration for Rooms that Currently Lack Pillow Speaker Audio Wiring
Wire, Labor, Faceplate
9
EA
4)
CATV Runs
RG-6 Cabling with F Connector & 1/4" Face Plate and Labor
13
EA
5)
TV Audio Jumpers
TV Audio Jumpers from Faceplates to new TVs
44
EA
6)
General Conditions - ICRA Control Measures
ICRA Control Measures & Associated Labor to work in Patient Rooms - Poly, Zipper Doors, Sticky Mats as Required
1
EA
Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items.
HOW TO RESPOND:
All responses shall be submitted no later than Wednesday; July 27, 2022 @ 1100 (11:00AM) EST. All interested parties should respond, in writing via email to ruth.morris@va.gov. No telephone inquiries will be accepted. Respondents to this RFI shall provide the following information:
Company/individual name,
Address,
Point of contact with phone number
Information describing your interest,
Indicate FSS/GSA contract number or Open Market, as applicable
FSS Category you qualify for
Tax ID number
DUNS number
UEI Number
Capabilities statement
Letter of Authorization (LOA)
Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.)
Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors must be registered in System for Award Management (SAM) under the above NAICS code at http://www.sam.gov to be considered for an award
Please submit responses via email in Microsoft Office format by 1100 (11:00 AM) (Eastern Standard Time) 07/27/2022. Please include RFI# 36C24622Q0861 in subject title.
NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation. This announcement is Government market research purposes ONLY.