Delaware Bids > Bid Detail

4230--460-23-2-704-0008 | Emergency Management Decon Equipment | NCO 4 Commodities 3 (VA-23-00058462)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Opps ID: NBD00159094603142771
Posted Date: May 15, 2023
Due Date: May 19, 2023
Solicitation No: 36C24423Q0844
Source: https://sam.gov/opp/96f5eee20d...
Follow
4230--460-23-2-704-0008 | Emergency Management Decon Equipment | NCO 4 Commodities 3 (VA-23-00058462)
Active
Contract Opportunity
Notice ID
36C24423Q0844
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: May 15, 2023 11:34 am EDT
  • Original Response Date: May 19, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4230 - DECONTAMINATING AND IMPREGNATING EQUIPMENT
  • NAICS Code:
    • 315990 - Apparel Accessories and Other Apparel Manufacturing
  • Place of Performance:
    Wilmington VAMC Wilmington , DE 19805
Description
The following is a Sources Sought/Request for Information notice. This posted notice is not a Pre-
Solicitation or Solicitation document. The government is not currently soliciting bids, quotes or
proposals at this time; however, reserves the right to do so at a later date. The Wilmington VAMC, Wilmington, DE 19805, has a requirement for decontamination equipment to support the facility s response in the event contaminated patients arrive at their facility.
Equipment and characteristics required:

Thirty (30) pairs of men s mid-calf rubber boots:
Certified to NFPA 1990 standards for chemical and HAZMAT cleanup.
Must meet ASTM F2413 M/I/C EH for Steal Toe Impact and Compression
Steel midsole that meets or exceeds ASTM F2413 PR, steel shank in midsole to protect the wearer from puncture wounds
Electric Hazard Protection
100% Waterproof

Quantity
Men s Size
4
6
4
7
4
8
4
9
4
10
4
11
2
12
4
13

Six (6) 6-packs, collared disposable chemical suits for individual wear:
Certified to NFPA 1992 Standard
Tested and passed the ASTM F16701 and ASTM 16712 Standards
Respirator Fit Hood
Internal composition: Multi-layer Laminate
External composition: Neoprene
Attached socks with outer boot flaps

Quantity
Men s Size
2
SM/MD
2
LG/XL
2
1X/2X

Thirty-six (36) 18-inch, 22 mil, green nitrile gloves:
Quantity
Men s Size
12
MD
12
LG
12
XL

8 Litter conveyor:
Minimum width 24
Maximum width 3 ft 6 inches
Minimum Length 84"
Maximum height 3/8"
Board should be made of Polypropylene for easy decontamination

Litter Conveyor Transfer Board:
Maximum Width 3 ft 6 inches
Length Expandable from minimum of 12 ft and maximum of 16 ft.
Must be rated for patients
Must be able to handle a maximum weight of at least 300 lbs.
Should be rated to use in wet environment without degrading any of the capabilities. (I.E., rollers should have sealed or protected bearings)

Ten (10) rolls of chemical resistant seam sealing tape meeting ASTM F 739 Standards.

Two (2) rolling security carts:
Maximum Load Capacity: 2,000 lb
Door Style: Double Hinged Door
Number of Shelves: 4 adjustable
Caster/Wheel Configuration: (2) Rigid; (2) Swivel
Caster Wheel Dia.: Minimum of 6 in
Must be lockable, can be via padlock
Maximum Height: 56-1/2 in
Maximum Length: 54-1/2 in
Maximum Width: 30 in

Twelve (12) large duffle bags:
Heavy duty cotton canvas
Carrying strap required
2 handles on top
2 Side handles
Minimum length: 36 inches
Minimum width: 21 inches
Full length zipper

Two (2) chemical resistant, decontamination able door blockers.

ALL WORK TO BE COMPLETED AT THE FOLLOWING LOCATION:
Wilmington VA Medical Center
1601 Kirkwood Highway
Wilmington, DE 19805

ALL INTERESTED PARTIES MUST ALSO HAVE AN ACTIVE REGISTRATION IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE. TO REGISTER, PLEASE VISIT WWW.SAM.GOV.

Responses to this notice shall include:

Company Name
Address
Point of Contact
Phone Number
Email Address
DUNS Number
CAGE Code
Tax ID Number

** Note: In accordance with the U.S. Supreme Court decision regarding Kingdomware, service
disabled veteran owned (SDVOSB) and veteran owned (VOSB), who are interested in this
procurement and consider themselves to have the resources and capabilities necessary to
provide these services shall be verified in VetBiz Registry as follows to be considered:
http://www.vip.vetbiz.gov/.
Process in 38 U.S.C. 8127(d) whereby a contracting officer of the Department shall award contracts on the basis of competition restricted to small business concerns owned and controlled by veterans, if the contracting officer has a reasonable expectation that two or more small business concerns owned and controlled by veterans will submit offers, and that the award can be made at a fair and reasonable price that offers the best value to the United States. For purposes of this VA specific rule, a service-disabled veteran-owned small business (SDVOSB) or a veteran-owned small business (VOSB), must meet the eligibility requirements in 38 U.S.C. 8127(e), (f) and VAAR subpart 819.7003 and be listed as verified in the Vendor Information Pages (VIP) database.

Please provide answers to all questions below regarding your firm s Socio-Economic status pursuant to North American Industrial Classification Code (NAICS) 315990:
1. Is your business a small business under NAICS 315990? YES ______ NO ______

2. Is your firm a Veteran-Owned Small Business? YES ______ NO ______

3. Is your firm a Service-Disabled Veteran-Owned Small Business? YES ______ NO ______

4. Is you firm a certified HUB Zone firm? YES ______ NO ______

5. Is your firm a Woman Owned business? YES ______ NO ______

6. Is your firm a Large Business? YES ______ NO ______

7. Do you have a GSA/FSS schedule for these items? YES______ NO______

Schedule Number: ___________________

Expiration Date: _____________________

Please provide a capability statement as well as any relevant literature addressing your organizations ability to supply the required items. Also, please include a point of contact name, phone number and email address.
Note: Questions regarding this notice should be addressed to Victoria Roberts via email only. NO PHONE CALLS WILL BE ACCEPTED REGARDING THIS REQUIREMENT.

Please submit all responses to this notice via e-mail to:
Keri Hester
Contract Specialist
keri.hester1@va.gov

Responses to this Sources Sought Notice are required by no later than Friday, May 19th, 2023 at 15:00 pm EST. If you are interested in submitting a response to this posting, please ensure to submit a Brochure/Specification Sheet for the product offered as well as indicating the brand.
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 15, 2023 11:34 am 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 >