SOURCES SOUGHT
99 -- N025 - Installation of Equipment - Vehicular Equipment Components
- Notice Date
- 2/10/2025 3:20:54 PM
- Notice Type
- Sources Sought
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26025Q0265
- Response Due
- 2/12/2025 3:00:00 PM
- Archive Date
- 02/27/2025
- Point of Contact
- Subrina Cantil
- E-Mail Address
-
Subrina.Cantil@va.gov
(Subrina.Cantil@va.gov)
- Description
- Sources Sought: Potential contractors shall provide, at a minimum, the following information to Subrina.Cantil@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and SAM UEI. 2) Please identify your company�s size (and item manufacture sized) in comparison to the anticipated North American Industry Classification System (NAICS) code 334220. To be considered a small business your company must have fewer than 1,250 employees. This notice is unrestricted at this time to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service-Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Proposed item manufacture [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no all other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The below statement of work reflects the physical, functional, and/ or performance characteristics required to satisfy the Government�s needs. To be considered for any potential solicitation, offers must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; if any and make/ model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies the item meets or exceeds the statement of work/ salient characteristics required by the Government. (7) The Buy American Act provides a preference for domestic end products for supplies within the United States. Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration registration for VetCert Registry located at Veteran Small Business Certification (sba.gov). The Statement of Work has been included in this notice. NO PARTIAL QUOTES WILL BE ACCEPTED. TOTAL LINE-ITEM PRICES WILL BE TOTAL PRICE OF ALL LINE ITEMS WILL BE ACCEPTED. The Government is accepting industry comment on the notice. Comments may or may not be incorporated, at the discretion of the Government. Must be authorized to install VA Police channels and FBI Channels in our VAPD system and the code plugs to install the frequencies. Potential candidates having the capabilities necessary to provide the below stated are invited to respond to this Sources Sought Notice via e-mail to Subrina Cantil at Subrina.Cantil@va.gov no later than Thursday, 13 February 2025, at 3 PM PST. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name Address Business size Unique Entity ID Number Point of contact name Phone number E-mail address Any questions or concerns may also be directed to Subrina Cantil via e-mail. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought notice. 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. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). Puget Sound VAHCS, Seattle Campus 1660 South Columbian Way Seattle, WA 98108-1532 Within 50 miles of VAHCS facility. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. Statement of Work U.S. Department of Veterans Affairs � Seattle, Washington BACKGROUND: The Department of Veterans Affairs (VHA), Puget Sound Healthcare System has an immediate requirement for the installation of Police Emergency Vehicle Equipment. SCOPE: Services sought: VA Police requires the installation of Police Emergency Equipment. Objective: The purpose of this procurement action is to have Police Emergency Equipment installed in a 2024 Dodge Durango Police Pursuit Vehicle License# G62B2222. REQUIREMENTS: Install customer-provided lighting, Multiband APX 8500 Remote Mount Radio, and Covert Siren into 2024 Dodge Durango Pursuit license# G62B2222 at the Day Wireless Systems Lacey Service Center. Lighting will consist of the following:6 ea. LED in front grill area, 1 ea. interior Split Visor, 1 ea. Interior LED on interior rear L/R sides, 1 ea. interior LED mini bar in the upper rear hatch area, 1 ea. LED on L/R underside of rear hatch door, 1 ea. LED insert in rear L/R taillight housing. Lighting will be configured for random flash as per customer request. Provide and install one 2024 Dodge Durango Pursuit Console and one Tri- Band/GNSS Wi-Fi Covert Antenna. GOVERNMENT EQUIPMENT: VA Police is furnishing all emergency equipment to be installed. Records Management Language for Contracts Required The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. The contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. The contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. The contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information 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. In accordance with 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/18279f1364094f44882bbd818236767c/view)
- Place of Performance
- Address: Seattle, WA 98108, USA
- Zip Code: 98108
- Country: USA
- Zip Code: 98108
- Record
- SN07338616-F 20250212/250210230035 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |