Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOURCES SOUGHT

58 -- 36A77620Q0406 - Redding Police Radio System

Notice Date
8/14/2020 12:14:40 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
PCAC ACTIVATIONS (36A776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36A77620Q0406
 
Response Due
8/14/2020 7:00:00 AM
 
Archive Date
10/13/2020
 
Point of Contact
Sandra Mruk, Contract Specialist, Phone: 216-447-8300
 
E-Mail Address
sandra.mruk@va.gov
(sandra.mruk@va.gov)
 
Awardee
null
 
Description
Market Research Vendor Instructions **IMPORTANT: Please read this full BEFORE responding! ** The Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is in the process of planning a requirement in which a contractor will be required to provide, deliver, and install a Police Radio System for the new Redding Outpatient Clinic. This is for brand name equipment only. Please see Statement of Work (SOW) and salient characteristics attachments. The VA is conducting market research and is seeking written responses with information to assist with identifying potential sources that are interested in, and capable of, providing the products described. Please review the information contained herein and identify whether your company has the capability and interest to provide the brand name items listed or equivalent items that possess the salient characteristics as described. Please utilize the Market Research Vendor Response Form when responding to ensure all required information is included in your response. Please note, this request is for market research purposes only. Please do not submit quotes or offers. Set-Asides, Limits on subcontracting, and the Non-Manufacturer Rule Complete responses to this notice will assist the VA in determining any potential set-aside for the requirement. Not providing all information requested in response to this notice may result in the VA being unable to determine a vendor potentially capable of satisfying the requirement and, subsequently, if the rule of two criteria is not met, a specific set-aside category may not be decided by the Contracting Officer. To qualify as a small business under a small business set-aside contract, the offeror must be considered a small business under the NAICS code assigned to the procurement. In addition, the small business must either (1) be the manufacturer of the end item being produced (and the end item must be produced in the US) or (2) comply with the non-manufacturing regulations in 13 CFR 121.406. Summary of Non-Manufacturing regulations: The small business cannot exceed 500 employees; The small business is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; The small business takes ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practices; and The small business will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless the SBA has issued a waiver to this requirement. When multiple items are being acquired, a waiver is not required if at least 50% of the estimated contract value is composed of items that are manufactured by small businesses. Additional information can be found on SBA s website (www.sba.gov) and in SBA s Contracting Guide (https://www.sba.gov/federal-contracting/contracting-guide). Essential Information Regarding Small Business Set-Asides for Veteran-Owned Small Businesses VA s Veterans First Contracting Program: The Veterans First Contracting Program applies to VA contracts only. VA has a preference to award contracts to verified service disabled Veteran-owned small businesses (SDVOSBs) first then to verified Veteran-owned small businesses (VOSBs) when market research provides a reasonable expectation that the VA will receive two or more offers from eligible SDVOSB/VOSB firms at a fair and reasonable price. To be eligible for a VA SDVOSB or VOSB set-aside, the firm must be verified in the VA s Office of Small Business Utilization s (OSDBU) Veteran Information Pages (VIP) database as an SDVOSB or VOSB at the time the firm submits its offer to the VA, and must comply with SBA s Nonmanufacturer Rule and VA s gray market requirements (see below). Additional information on VA s Veterans First Contracting Program can be found on OSDBU s website at https://www.va.gov/osdbu/verification/. AUTHORIZED DEALER/DISTRIBUTOR VERIFICATION This requirement is for new equipment ONLY; remanufactured or gray market items will not be accepted. Gray market, also known as parallel market is the trade of a commodity through distribution channels which, while legal, are unofficial, unauthorized, or unintended by the original manufacturer. Gray market items are Original Equipment Manufacturer (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. SALIENT CHARACTERISTICS/DELIVERY SPECIFICATIONS/WARRANTY SPECIFICATIONS Please reference attachments. SUBMITTAL OF RFI RESPONSE Please complete the attached Market Research Vendor Response Form. NOTE: This Request for Information (RFI) is solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time, no solicitation exists; therefore, please do not request a copy of the solicitation. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9c048639dd954021b735507d58edcfb7/view)
 
Record
SN05759805-F 20200816/200814230202 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.