Virginia Bids > Bid Detail

8145--Shipping Containers

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 81 - Containers, Packaging, and Packing Supplies
Opps ID: NBD00159515726682898
Posted Date: Jul 20, 2023
Due Date: Jul 28, 2023
Solicitation No: 36C26223Q1482
Source: https://sam.gov/opp/92bf7b5692...
Follow
8145--Shipping Containers
Active
Contract Opportunity
Notice ID
36C26223Q1482
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jul 20, 2023 10:45 am PDT
  • Original Response Date: Jul 28, 2023 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 8145 - SPECIALIZED SHIPPING AND STORAGE CONTAINERS
  • NAICS Code:
    • 332439 - Other Metal Container Manufacturing
  • Place of Performance:
    Department of Veteran Affairs VA Long Beach Healthcare System Long Beach , 90822-5201
    USA
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT 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).
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. IAW 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.
SOURCES SOUGHT/RFI DESCRIPTION
This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 332439 (size standard of 600 employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide Storage Shipping Containers that at a minimum meet the brand name and/or can possibly provide an equal product for the VA Greater Los Angeles Healthcare System. Located in Los Angeles, CA.
Brand name Information:
Manufacturer: Conex Depot
Part Number: 40-STD-NEW
Nomenclature: Conex 40FT standard Single Door one, 40-STD-NEW
Model Number: 40-STD-NEW
(Any other information):

Equal to product Information:
Salient Characteristics:
Conex 40FT standard Single Door one, 40-STD-NEW

Must have a single door
Must be received in a condition of no tears, marks, or damage
Must be 40 long by 8 wide by 8 -6 high (exterior)
Must have a minimum interior dimension of 39 -3 long by 7 -8 wide by 7 -9 heigh
Must include forklift pockets for movement by 25,000 pound (25K) forklift
Must have post, cross members, and exterior panels constructed of corrosion resistant steel
Must have doors that are double leaf, each capable of opening 270 degrees from closed position
Must include hardware necessary for to secure container doors using MasterLock No. 5 or equal, e.g. hinge pins, lock rods, locking cams and keepers, door brackets and lockboxes, including container safety convention (CSC) plate
Flooring must be non-slip rubber coin flooring over ¾ thick marine grade plywood
Must have an aluminum construction ramp
Ramp must be non-slip surface with guard rails/ kick plates each edge of ramp to keep wheeled equipment on ramp during use
Ramp must have vertical deployment with hinge/mount from bottom of door opening
Ramp must be unpowered articulation, provide gas shock assisted lifting/lowering or similar, 15-pound (Max) force required to deploy
Ramp must have an extension of 5 feet, 1V (max): 10H slope
Must have a site connection: Panel 208/120V, 3PH-4W; Breaker 20A/1P
Must provide one duplex receptacle, interior wall mounted 18 inches above finished floor at site electrical connection
Must have led tube lighting, electrical connection as required
Must have an exhaust fan centered on roof, weather protected; electrical connection as required
Must be able to provide an exterior vinyl wrap (3M 1080, or equal)
Must have the base paint VA blue (C:100, M:60, Y:0, K:40)
Must have graphic design per the requirement of the SOW
Must have internal storage for equipment per requirements of the statement of work
Must provide weld attachment plate 16-gauge steel minimum, 6 each per the requirements of the statement of work
Must have 1 year warranty
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 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.)?
(2) Is your company considered small under the NAICS code identified in this RFI?
(3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items being referenced above? If applicable, please provide the manufacturer name and business size.
(4) Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin.
(5) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).
(5) If you re a small business and you are an authorized distributor/reseller 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?
(6) If you intend to sub contract 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.
(7) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number.
(8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract.
(9) 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.
(10) Please submit your capabilities statement illustrating your organizations ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items" meet all the salient characteristics.
(11) 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 SAM.gov Unique Entity ID/Cage Code number.
Responses to this notice shall be submitted via email to israel.garcia2@va.gov. Telephone responses will not be accepted. Responses must be received no later than 07/28/2023 by 10:00AM PST.
All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement.
Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 20, 2023 10:45 am PDTPresolicitation (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 >