Inactive
Notice ID:36C26224Q0842
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 ...
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 source 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 services described below. The Department of Veterans Affairs Network Contracting Office 22 is looking for a contractor to supply flooring, ceiling, lights, and wall repair materials necessary to replace/repair existing interior features For VA Phoenix Healthcare System. The potential contractor must be able to supply the items listed below: Item # Description/Part Number* Qty 1 Ceiling Tile: Armstrong Calla 2820 Tile 2 X2 275 2 Ceiling Tile: Armstrong 1720 Border Tile Cuttable (No Acoustic Properties) 9 3 Adhesive: Inpro trowel on, 5 gallons  5 4 Rigid Vinyl Sheet: Palladium .040 4'x10', American Teak 0533  40 5 Rigid Vinyl Trim: Inpro 10 Top Cap Mocasin-0266  40 6 Rigid Vinyl Trim: Inpro 10 Vertical Divider Mocasin-0266  20 7 Sheet Vinyl: Armstrong Natralis 70016 Pacific 6 (SY)  54 8 Sheet Vinyl weld rod spool: Armstrong Natralis 70016  1 9 Floor tile: Armstrong ST776 Coalesce 18X18 Nona Ravenna (Per SF)  3204 10 Floor tile: Armstrong ST776 BIOME 6x48 Montane Ranier (per SF)  756 11 Floor tile: Armstrong NA340 Natural Creations 12X14 Delano Shell (Per SF)  4312 12 Floor tile: Armstrong ST251 Biome 6X48 Montane Natterhorn (Per SF)  2232 13 Floor tile: Armstrong ST896 Coalesce 18X8 Atro Cashmere (Per SF)  1224 14 Floor tile adhesive: Armstrong S-995  15 15 Floor tile: Armstrong ST453 Biome 6x48 Montane Uluru (Per SF)  1224 16 Window treatment: Inpro 80 W X 18 H Padded Cornice Arch Outside Mount; 3.5 returns: Color Tango Embrace  15 17 LED Light Fixture: VSC MDWB-3587-481/1L-LED 840k060LUNV-P13S2  30 18 Countertop: Solid surface, HI-MACS, Ice Queen Color W001, 1/2"x30x144  6 19 Countertop: HiMAC Ice Queen matching adhesive tubes  6 If you are interested and are capable of providing the required supply(s) 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 321918? (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 for your products/solutions for market research purposes. 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 321918 ($47 MM). Responses to this notice shall be submitted via email to sam.choo@va.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, 3/26/2024 10:00 AM PT. 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 the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.