Arizona Bids > Bid Detail

3510--VA Prescott Stackable Washer/Dryer

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 35 - Service & Trade Equipment
Opps ID: NBD00159106777986072
Posted Date: Jul 7, 2023
Due Date: Jul 13, 2023
Solicitation No: 36C26223Q1399
Source: https://sam.gov/opp/0440ab18a4...
Follow
3510--VA Prescott Stackable Washer/Dryer
Active
Contract Opportunity
Notice ID
36C26223Q1399
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jul 07, 2023 12:56 pm PDT
  • Original Response Date: Jul 13, 2023 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3510 - LAUNDRY AND DRY CLEANING EQUIPMENT
  • NAICS Code:
    • 333310 - Commercial and Service Industry Machinery Manufacturing
  • Place of Performance:
    Department of Veterans Affairs VA Prescott Healthcare System Prsecott , AZ 86313
    USA
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the supplies described below.

VA Prescott Healthcare System located in 500 N. State Highway 89, Prescott, AZ 86313 is looking to purchase three (3) each stackable washer and dryer equivalent to UNIMAC 30 LB STACK WASHER DRYER. Shipping included in the cost and Installation service is requested.

NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics is outlined below. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award.

No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM.

CLIN
DESCRIPTION
QTY
UOM
0001
UNIMAC 30 LB Stack Washer and Dryer or equal
If equal to, provide the brand name and model#
3
EA
0002
Installation
1
JB

Salient Characteristics
Washer/Dryer must be stackable and front load
Washer must be an electric washer, 230-24VAC, Single Phase, 15 AMP
Dryer must be a gas dryer, 230-240VAC Single Phase, 10 AMP
Both washer and dryer must have a capacity of 30lbs each
Must be commercial washer/dryer
Must have a minimum of 3-years warranty on parts
Stackable washer/dryer size cannot be larger than: Width 32.4in, Depth 46.5in, and Height 80.7in

If you are interested and are capable of providing the required supplies, please provide the following information.
(1) Company Name, Address, Point of Contact
(2) 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.
(3) Is your company considered small under the NAICS code 333310 Commercial and Service Industry Machinery Manufacturing?
(4) 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 type and number.
(5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(6) Please provide general pricing and product lead time for your products/solutions for market research purposes.
(7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above.

The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses. However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 325412 (1 employees).

Responses to this notice shall be submitted via email to hestia.sim@va.gov. Telephone responses will not be accepted. Responses must be received no later than 07/13/2023 10:00 AM Pacific Local Time.

After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process.

Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with U.S. Small Business Administration (SBA) located at http://veterans.certify.sba.gov.
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 07, 2023 12:56 pm PDTSources 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 >