THIS REQUEST FOR INFORMATION (RFI) 36C26222Q0681 -IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113 (size standard is 750 Employees). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Disposable Curtains that at a minimum meets the following salient characteristics in the Statement of Work for the VA Los Angeles Healthcare System:
LINE ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
DISPOSABLE PRIVACY CURTAIN
ICP Medical ICP-6100BP, Rapid Fresh Curtain Beige Pattern ECAT Med/Surg: SPE2DE-21-D-7024 or Equal To
100
CS
Â
Â
0002
ICP Medical -ICP-21.5, Rapid Fresh Installation Kit 21.5" ECAT Med/Surg: SPE2DE-21-D-7024 or Equal To
500
CS
Â
Â
0003
ICP Medical, Rod Housing or Equal To
200
EA
Â
Â
0004
ICP Medical Installation or Equal To
200
JB
Â
Â
TOTAL
Â
Include shipping cost on the items price.
Vendor Requirements:
Period of Performance is 90 days after receipt of order, this time frame also includes the installation
Vendor shall quote all line items under this requirement.
Vendor shall provide standard warranty on the product starting from the first day of delivery and installation.
STATEMENT OF WORK
VA Greater Los Angeles Healthcare System
GENERAL
The VA Greater Los Angeles Healthcare System has a requirement for Disposable Privacy Curtain product. The contractor is to provide disposable curtain product specified in work statement.
SCOPE OF WORK
The Vendor shall provide Disposable Privacy Curtain necessary to replace old and worn existing curtains and provide recurring stock replacement.
PERIOD OF PERFORMANCE
days After Receipt of Order, this time frame also includes the installation.
PLACE OF PERFORMANCE
VA LOS ANGELES HEALTHCARE SYSTEM
11301 Wilshire Boulevard
Los Angeles, California 90073
DESCRIPTION/SPECIFICATION/WORK STATEMENT
Refresh Privacy Curtain Disposable or Equal
Latex Free
Non Absorbent
Disposable - No need to laundry
Hardware and accessories available for configuration
Easy to install and remove
Integrated Time strip Technology
Finish: 100% Polypropylene (plastic, non-porous)
Fabric: ICP Medical, ICP-6100BP or equal
Flame Retardant to NFPA 701 Method 1
Size: 105 w min x 66 h max (ceiling ht is only 8 -6 )
100% Recyclable
Refresh Privacy Installation Kit
Size: 21 min up to 22 max plus materials (ceiling ht is only 8 -6 )
Refresh Privacy Rod Housing
Quick change mechanism for installing curtain in seconds
Compatible with current tracts
Proven to improve safety and ergonomic conditions
Picture above is to provide guidance to the vendors only
DELIVERY
Vendor shall coordinate with the VA POC is required for the delivery of items. Notification of expected shipment date shall be provided no later than 14 business days prior to shipment.
Vendor shall Deliver between the hours of 8:00 am to 12:00 pm, during normal working hours.
Vendor must ensure that delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials.
Vendor must label delivered items with the contract number and purchase order (PO) number for identification and reference upon receipt of product.
INSTALLATION
The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document.
There are no dumpsters available for vendor use. All vendor s trash is to be handled by the vendor and removed from site daily. The vendor shall provide the VA POC a summary report indicating the total quantity of trash and recycled material for the job.
The removal of waste and/or excess material shall be conducted through the loading dock area.
The vendor shall perform installation in accordance with manufacturer s recommendation: test for proper operation, replace damaged units.
CONTRACTOR RESPONSIBILITIES
The Vendor shall take necessary precautions to avoid damaging property during transport. The Vendor shall be responsible for all costs associated with damages.
The contractor shall attend an in-person meeting at the VA Main Facility, located at , Los Angeles, CA 90073, to gather all design basis information and refine a schedule for submissions and visits no later than 5 days after award of this contract.
Contractor shall schedule conference calls with the VA POC as required to share progress and to make necessary revisions. Meetings shall be documented by vendor, with meeting minutes provided to VA designated POC for review and concurrence.
Contractor shall repair or coordinate with the POC for replacement of damaged, defective, or missing items.
WARRANTY
Vendor shall provide standard warranty on all the supplies
Vendor shall provide standard warranty on the installation
NATIONAL HOLIDAYS
Listed below are the ten national holidays:
New Year s Day
January 1
Martin Luther King s Birthday
Third Monday in January
President s Day
Third Monday in February
Memorial Day
Last Monday in May
Juneteenth
June 19
Independence Day
July 4
Labor Day
First Monday in September
Columbus Day
Second Monday in October
Veterans Day
November 11
Thanksgiving Day
Fourth Thursday in November
Christmas Day
December 25
When one of the holidays falls on Sunday, the following Monday shall be observed as a national holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a national holiday by U.S. Government Agencies. Also included would be any day specifically declared by the President of the United States of America as a National holiday. The Contractor should keep them in mind when scheduling work.
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications.
If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Please indicates the 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), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)?
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to Mayra.Barbosa@va.gov. Telephone responses shall not be accepted. Responses must be received no later than April 14th, 2022, at 11:00 AM Pacific Time. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference 36C26222Q0681, Disposable Curtains.