VETERANS AFFAIRS, DEPARTMENT OF USA Tender
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Costs
Summary
7910--brand Name Or Equal Floor Equipment
Description
This Is Not A Solicitation Announcement. This Is A Sources Sought Notice Only. This Sources Sought Notice Is Intended For Information And Planning Purposes Only At This Time; And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Because This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. No Solicitation Exists. Therefore, Do Not Request A Copy Of A Solicitation. the Department Of Veterans Affairs (va), Visn 4, Network Contracting Office 4 (nco 4), Is Seeking Information And Potential Qualified Sources Capable Of Providing Brand Name Or Equal Floor Scrubbers. The Scrubbers Will Be Delivered To The Philadelphia Va Medical Center, Located In Philadelphia, Pa 19104. background: the Corporal Michael J. Crescenz Veterans Affairs Medical Center (cmjcvamc) Environmental Management Services (ems) Located At 3900 Woodland Avenue, Philadelphia Pa 19104, Has A New Requirement For The Purchase Of New Brand Name Or Equal Floor/cleaning Equipment To Maintain Floors And Hard Surfaces On A Consistent Basis, Enable Ems To Scrub More Square Footage In A Timely Manner. The Environmental Management Service Requires Specific Equipment To Properly Maintain The Cleanliness Within The Facility. history Of The Requirement: new Equipment To Replace Broken Outdated Equipment, Ems Has Recently Had To Turn In Multiple Pieces Of Broken Equipment That Is Past Its Life Expectancy. Ems Is Down Multiple Pieces Of Equipment And Maintaining Floors Is A Major Challenge. new Equipment Would Ensure That The Ems Will Meet The Needs Of All Floor Projects On Multiple Shifts. Cutting Down On Fulltime Employee (fte) Overtime Costs For Floor Projects. equipment Requirements: The Cmjcvamc Has A Requirement For The Purchase Of These Brand Name Or Equal Items: Six (6) Nobles Asc-15 All Surface Cleaning Machine, Six (6) New Tennant Cs5 Micro-scrubber, Two (2) New Tennant T350 Stand-on Disk Floor Scrubber, Ten (10) New Tennant 24 Gal. Wet-dry Vacuums With Pump And Front Mount Squeegee. Ems Department Needs Cleaning Equipment That Is More Advanced And Will Make Maintaining The Floors And Hard Surfaces Throughout The Hospital More Efficient. The Ems Department Needs All Surface Cleaning Machines That Are Quiet, User Friendly, Environmentally Friendly And Can Adjust With Changes In Surfaces. Ems Needs Equipment That Can Effectively Clean Hard Surface With No Touch Process. detailed Description Of Requirement: The Awarded Contractor Shall Be Responsible For: delivery And Setting Up Of Six (6) Nobles Asc-15 All Surface Cleaning Machine Or Equal, That Can Clean A Variety Of Hard Surfaces, Has A No Touch Process And Can Rinse And Dry The Surface. delivery And Setting Up Of Six (6) New Tennant Cs5 Micro-scrubber Or Equal, That Is A Small Portable Design. Has Solution Tank For Clean And Dirty Water And Dries Floor Leaving It Safer. delivery And Setting Up Of Two (2) New Tennant T350 Stand-on Disk Floor Scrubber Or Equal, That Can Clean Obstructed Spaces Quickly And Easily With Maneuverability. delivery And Setting Up Of Ten (10) New Tennant Wet-dry Vacuums Or Equal, That Can Be Used In Wet, Dry And Flooded Conditions And Are Easy To Move And Empty. deliverables Required: equipment Required: the Equipment Provide By The Contractor Must Meet; The Brand Name Equipment Identified Below Based On The Salient Characteristics . asc-15 All-surface Cleaning Machine specifications/salient Characteristics: Quantity: 6 solution Tank Capacity: Minimum 15 Gal / 56.7 L recovery Tank Capacity: Minimum 19 Gal / 71.9 L power Cord Lenth: Minimum 25 Ft / 7.6 M, Gfci sound Level: Maximum 82 Dba (operators Ear) vacuum/recovery System: Minimum airflow At 2 In / 50 Mm Orifice: 99 Cfm / 2.8 M3/hr. water Lift At Sealed Orifice: 117 In / 2982 Mm blower System: Minimum water Lift At Sealed Orifice: 91 In / 2311 Mm motor: 120 V Ac / 1000 Watts new Tennant Cs5 Micro-scrubber specifications/salient Characteristics: Quantity: 6 estimated Coverage/productivity Up To 10,505 Sq Ft/ 976 Sq M weight 43.65 Lbs. Or Lighter With Standard Battery squeegee Width Maximum 14.96 In estimated Runtime 50 Mins battery Charger Type Corded machine Length Maximum 24.21 In Upright And 30.31 In Handle Folded cleaning Path Maximum 11 In recovery Tank Minimum Of 1.3 Gal solution Tank Minimum Of 1.3 Gal sound Level Maximum Of 63 Dba main Down Pressure Up To 26 Lb. charger Type: Off Board head Type: Disk machine Height Maximum Of 41.29 In And 15.7 In Handle Folded new Tennant T350 Stand-on Floor Scrubber specifications/salient Characteristics: Quantity: 2 estimated Coverage/productivity Up To 38,016 Sq Ft/ 3535 Sq M solution Tank Capacity Minimum 14.1 Gal sound Level Maximum 63.7 Dba main Down Pressure Up To 91 Lb. pad Rpms Up To 275 Rpm cleaning Path Minimum 20 In, 24 In recovery Tank Capacity Minimum 18.4 Gal squeegee Width Maximum 30.1 In, 31.2 In machine Type Stand On, Ride On estimated Run Time Minimum Of 4 Hours new Tennant 24 Gal. Wet-dry Vacuums With Pump And Front Mount Squeegee specifications/salient Characteristics: Quantity: 10 weight Maximum 48.7 Lb. sound Level Maximum 70 Dba tank Capacity Minimum 24 Gal filter Type Hepa Or Comparable machine Maximum Height 36 In power Cord Length Minimum 40ft machine Width Maximum 36in machine Length Maximum 23 In incidental Services: the Contractor Shall Provide All Equipment That Includes Necessary Parts And Accessories That Enable The Equipment To Be Fully Operational Upon Delivery (batteries, Pad Driver, Pads, Brushes, Squeegee Blades, Attachments, User Manuals, Onboard Chargers, Etc.). The Contractor Shall Provide All Tools Kits And Information Materials To Allow The Government To Complete Routine Maintenance. the Contractor Shall Provide Operation And Training Manuals For All Equipment Upon Delivery. vendor Will Provide Delivery And Set Up New Equipment Purchased. Equipment Will Be Delivered Within 30 Days After Receipt Of Order. Vendor Will Train Designated Ems Personnel On Equipment Use And Care. Vendor Will Review All Warranty Information And Provide In Writing Warranty Information To The Administrative Officer Of The Ems Department. delivery Instructions: all Equipment Will Be Delivered To Loading Dock 2 At The Main Facility, 3900 Woodland Ave. Philadelphia Pa 19104. Deliveries Can Be Made Monday To Friday From 8am To 2pm Est. training: training On Equipment Needs To Be Completed Within The First 30 Days After Delivery Of New Equipment. Training Will Be Coordinated With The Poc. All Training Needs To Be Completed In Person And A Specific Day And Time Will Be Set With Contractor And Poc. Training Will Consist Of 10 To 15 Ems Employees. responses To This Rfi Should Include Company Name, Address, Point Of Contact, Phone Number, And Point Of Contact E-mail, Duns Number, Cage Code, Size Of Business Pursuant To North American Industry Classification Code (naics) 335210, Small Electrical Appliance Manufacturing. The Small Business Size Standard For This Naics Code Is 1,500 Employees. please Answer The Following Questions: 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), Small Business (sb), Large Business, Etc.)? is Your Company Considered Small Under The Naics Code Identified Under This Notice? are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above? is The Product You Are Providing Information About Made By A Small Business Manufacturer Or A Large Business? is The Product You Are Providing Information About Manufactured In The United States? If Not, Please Provide The Country Where The Unit Is Manufactured. 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 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 Subcontracted 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 Regarding The Salient Characteristics Detailed Above 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. please Provide Your Unique Entity Id. this Sources Sought Notice 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 Mcdaniel.brayboy@va.gov No Later Than, 1:00 Pm Eastern Standard Time (est) On February 17, 2025. 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 Contract Specialist, Mcdaniel Brayboy Iii. all Firms Responding To This Sources Sought Notice 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 Contract Opportunities Website 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 Source Sought Notice. Information Will Only Be Accepted In Writing By E-mail To Contract Specialist, Mcdaniel Brayboy Iii At Mcdaniel.brayboy@va.gov disclaimer this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Notice That Is Marked As Proprietary Will Be Handled Accordingly. 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 Notice.
Contact
Tender Id
36C24425Q0342Tender No
36C24425Q0342Tender Authority
VETERANS AFFAIRS, DEPARTMENT OF USA ViewPurchaser Address
-Website
http://beta.sam.gov