Maryland Bids > Bid Detail

4210--Confined Space Rescue Equipment - VA Maryland Health Care System

Agency:
Level of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Opps ID: NBD00159694233469290
Posted Date: Mar 1, 2024
Due Date: Mar 6, 2024
Source: https://sam.gov/opp/ec2b7f637a...
Follow
4210--Confined Space Rescue Equipment - VA Maryland Health Care System
Active
Contract Opportunity
Notice ID
36C24524Q0321
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 01, 2024 12:03 pm EST
  • Original Response Date: Mar 06, 2024 12:01 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4210 - FIRE FIGHTING EQUIPMENT
  • NAICS Code:
    • 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
  • Place of Performance:
    VA Maryland Health Care System - Perry Point VA Medical Center Perry Point , MD 21902
    USA
Description
Department of Veterans Affairs/VISN 5/RPO-E/NCO5
Sources Sought Notice
Confined Space Rescue Equipment

Veterans Affairs Network Contracting Office (NCO) 5 is seeking sources for Safety Relief Valves for the Perry Point VA Medical Center. The requirement will support the medical center stay within compliance of mandates by OSHA 1910.146, permit-required confined spaces, sections 1910.146(k)(2)(i) and 1910.146(k)(3)(i) and National Fire Protection Association (NFPA) 1670, Standard on Operations and Training for Technical Search and Rescue incidents, current edition section 14; 7.1 and 4.4.2.

The NAICS code for this contract action is 333923 - Overhead Traveling Crane, Hoist and Monorail System Manufacturing (SBA Size Standard: 1,250 employees). The Product Service Code for this action is 4210 Fire Fighting Equipment. Responses from vendors classified in similar NAICS codes and/or PSCs are encouraged and will be accepted.

The equipment being sought for the requirement is listed below

Omni Pulley System Brand Name or Equal to: CMC Rescue Aztek Omni Pulley System
Rope Bag Brand Name or Equal to: Rock-N-Rescue Grand Rope Bags
NFPA Certified Static Rope 200 Brand Name or Equal to: Rock-N-Rescue Poseidon Series Lifeline
Prusik cord Brand Name or Equal to: Rock-N-Rescue 8mm Prusik Cord
Body Harness (various sizes) Brand Name or Equal to: Petzl Astro Bod Fast
NFPA Carabiner Auto-lock Brand Name or Equal to: CMC Rescue Proseries Aluminum Key-Lock Carabiners
Pulley, Descent Control, and Belay device for 13 mm rope size Brand Name or Equal to: CMC Rescue MPD (Multi-Purpose Device)
Multi-Function Headlamp Brand Name or Equal to: Streamlight Enduro Pro Haz-Lo Intrinsically Safe Headlamp
Personal Rescue Bundle/Kit to include: headlamp, rope gloves, helmet, prusik cord(s), helmet, carabiners, body harness, and duffel bag for equipment Brand Name or Equal to: Rock-N-Rescue Personal Rescuer Kit
Portable artificial high directionals (AHD)s bundle/kit to include: Safety Tether Cord, Pin Flags, adjustable straps for legs, Pin Flags, Pin bags, adjustable flat and tipped foot components, Foot Storage Sleeves, Leg/Foot Pins, Inner and Outer Legs, Head Set, Head Set Pulley Wheel, Head Pins Brand Name or Equal to: CMC Rescue Arizona Vortex Kit
Respondents to the Sources Sought Notice are to provide a capabilities statement which addresses at minimum:

Contractor name
Contractor address
Contractor point of contact, phone, and email address
Contractor Business Size (i.e., other than small business or small business)
Contractor Unique Entity Identifier (UEI) number
Capabilities statement
Estimated delivery timeframe
Authorized distributor letter (if applicable)
Small Business Classification (if applicable)
Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) SBA Veteran Small Business Certification (VetCert) (if applicable)
FSS/GSA Contract number (if applicable)

Please limit responses to a maximum of five pages.

Respondents are advised that minor grammatical errors may be present in the Sources Sought notice. Please only bring such issues to the attention of the government if you cannot discern the meaning of a specific sentence or section of the document.
Not responding to this request does not preclude participation in future order requests.
Interested parties may express their interest by providing a complete response no later than Wednesday, March 6, 2024, at 12:01 pm ET. The response must provide clear and unambiguous evidence to substantiate the capability of the party to satisfy the requirement. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. When responding to this announcement, respondents should refer to Announcement 36C24524Q0321 Sources Sought Notice. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Interested parties are encouraged to furnish information. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirement(s) listed above to Contract Specialist, Johao Stewart by email at johao.stewart@va.gov. If the requirement is to be solicited, authorized distributors will be required to provide a letter of supply/direct letter from the original equipment manufacturer(s) to verify interested parties are an authorized distributor of the product(s) they seek to provide. Please note, during this time the government is unable to provide direct responses to any questions received. However, due consideration will be given to all feedback and any feedback received may be used to revise the requirements.

Information from this Sources Sought Notice may lead to one-on-one market research discussions and other recommended approaches to industry engagement. The results of this notice will help identify a procurement strategy, including a set-aside, if appropriate. We plan to publish a solicitation on/around the end of March 2024.
No other information is available at this time.

DISCLAIMER:
This Request for Information/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 Request for Information/Sources Sought 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 Request for Information/Sources Sought.
Best,

Johao Stewart, Contact Specialist
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 01, 2024 12:03 pm ESTSources 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 >