Virginia Bids > Bid Detail

6350--Top Door Alarms

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159093998595174
Posted Date: Aug 23, 2023
Due Date: Sep 6, 2023
Solicitation No: 36C24423Q1144
Source: https://sam.gov/opp/8855fba98a...
Follow
6350--Top Door Alarms
Active
Contract Opportunity
Notice ID
36C24423Q1144
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 23, 2023 01:18 pm EDT
  • Original Response Date: Sep 06, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:
    VA Medical Center Lebanon , 17042
    USA
Description
Top Door Alarms for VA Medical Center Lebanon, PA
Purpose and Objectives: The intent of this Sources Sought Notice is to identify potential businesses, especially any Small Businesses, Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) offerors capable of providing Top Door Alarm systems as listed in the below General Requirements utilizing NAICS Code 334290.
Responses to this Sources Sought Notice shall be submitted via e-mail at ronald.kline@va.gov. Information provided will not be returned. All responses shall be in the English Language. Responses are due by 12:00 pm (EST) on Wednesday, September 6, 2023.
GENERAL REQUIREMENTS:

Background: This package is to purchase the Top Door Alarm System in the Emergency Department (ED). Top Door Alarm system is used as a safety measure to prevent suicide attempts while being treated in the Emergency Department. This system will be installed on 3 Doors in 3 different rooms of the ED. The Lebanon VAMC has a brand name requirement to install a Top Door Alarm system in the Emergency Department with an Anti-barricade door system utilizing continuous pin and barrel hinge with bi-directional swing and emergency release door stops on one side. The Lebanon Staff is looking to have this system installed on 3 rooms and 3 separate doors. This system is used as a suicide prevention method. The Top Door Alarm System is currently used in the Behavioral Health Department as well as the other sections of the Emergency Department.

Materials per door, should include: 3 Each- continuous pin and barrel hinge with bi-directional swing and emergency release door stops on one side. These three doors will each require one new beam added to the existing Top Door Alarm System.

Materials per Room, should include: 3 Each- Top Beam only entry door kits to integrate into existing TopDoor Gen 3 Master Control Panel Part# TDA700

Travel and training for onsite support of staff: Contractor shall provide all necessary equipment, Materials, and installation for Top Door Alarm System at Lebanon VA Emergency Department on 3 doors in 3 rooms.

Delivery: Contractor shall complete delivery of all equipment within 30 days of contract award.

Packaging shall be marked to the attention of Biomedical Engineering and shall be delivered to the following address:

Lebanon VA Medical Center
Building 6, Warehouse
1700 S. Lincoln Avenue
Lebanon, Pennsylvania 17042

Specific delivery date and time shall be coordinated with LVAMC Biomedical Engineering Service, at (717) 272-6621, Ext. 4392, or via email at Justin.grotte@va.gov
Please answer the following questions:
Indicate 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), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?

Is your company considered small under the NAICS code identified under this RFI?

Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?
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?

If you are 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).

If you re a small business and you are an authorized distributor/reseller provide an authorized distributor letter for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?

If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job.

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 number.

If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract?

General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.

Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?

Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A
(12) Please provide your UEI number.

This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to Ronald.kline@va.gov no later than, 12:00 PM Eastern Standard Time (EST) on Wednesday September 6, 2023. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Officer Ronald Kline at ronald.kline@va.gov. Questions or Responses will include the Source Sought number 36C24423Q1144 in the subject line.

All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.
If a solicitation is issued, information will be posted on the beta.sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at ronald.kline@va.gov
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
End of Document
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 23, 2023 01:18 pm EDTSources 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 >