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 VA Long Beach Healthcare System requires the purchase of various ISO Container. The VA Loma Linda is located 50901 East 7th Street Long Beach Ca 90822 and is the expected place of delivery. The prospective contractor must be Brand Name or Equal parts specifications provided in the Salient Characteristic document. Item, Model, Description and Quantity: 1ea 20FT NEW STANDARD ONE-TRIP ISO CONTAINER 20STN 20FTX8FTX8FT 6 IN FORKLIFT POCKETS W/ISO LOCKBOX                1ea MOD MAN DOOR RIGHT HAND OUTSWING 3FT MAN DOOR STEEL SINGLE BORE, LOCKING LEVER ONLY 36IN X 80IN HIGH RIGHT HAND OUTSWING (HANDLE ON LEFT OF DOOR, SWINING OUT)                  1ea MOD KEYPAD ENTRY LOCK KEYPAD ENTRY LEVER 90 CODES BUZZER & LED INDICATOR NON-HANDED REVERSIBLE              1ea MOD PANIC BAR 36IN PANIC BAR 36 IN W/EXTERIOR DOOR LEVER 1ea EMERGENCY EXIT SIGN WITH BACKUP BATTERY             1ea  INTERIOR FINISH 2 INX 3 IN STUDS SPRAY FOAM INSULATION DRYWALL 5/8 20FT HIGH CUBE 20ft High Cube Container Interior Finish 2 in. x 3 in. KD Studs Spray Foam Insulation Drywall 5/8 in.(includes texture and paint)  1ea ELECTRICAL PACKAGE 20F ROMEX Electrical Package 20ft Romex Circuits (3) Receptacles (4) 4ft LED LightFixtures (2) Load Center 125 Amp  Space 8 Circuit (1) can be expanded/contracted according to customer specifications 1ea VINYL FLOOR 20 VINYL FLOORING FOR 20FT CONTAINER                                   1ea SOLAR SYSTEM 20FT 1ea BARD 1 TON BARD UNIT 1 TON W/GRILLES, FLASHING AND THERMOSTAT 1ea DOOR CLOSER AUTOMATIC DOOR CLOSER FOR MAN DOOR Salient Characteristics: Performance Requirements Must be a 20ft New Standard One-Trip ISO Container Must be 20ft x 8ft x 8ft 6 in. (Height) Must have Forklift Pockets Must have an ISO Lockbox Must have a 3ft Man Door Steel Must have a single Bore, Locking Lever Only Must be 36 in. (Width) x 80 in. (Height) Must have a left-hand outswing Must have a keypad entry Lever Must have 90 Codes Must have a buzzer & LED Indicator Must be Non-Handed Reversible Must have a panic bar kit that includes a door closer, a panic bar, and an exterior lever Must have an emergency exit sign with backup battery and Light Must have 6x panels, 4x battery kit Must have a 4000-watt max output 110v inverter Must have a 4x 220ah AGM batteries (440ah at 12v) Must have 6x 300-watt solar panels (1800-watt max) Must have a Bard Unit 1 Ton w/ Grilles, Flashing, and Thermostat Must be delivered on a 20ft Tilt-Bed Ground Delivery If you are interested and are capable of providing the required service(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 332439? (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. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. 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 332439 (500employees). Responses to this notice shall be submitted via email to Ismael.vicente@va.gov . Telephone responses will not be accepted. Responses must be received no later than 07/22/2025 16:00 PST. Items being offered must be in compliance with the Buy American Act. 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 Veteran The Buy American Act Applies to this procurement ;(BAA) (41 U.S.C. §§ 8301 8305) is the primary law addressing domestic content preferences in Federal procurement. It provides a preference for the purchase of domestic supplies (or domestic end products) and domestic construction materials. The implementing regulations for the BAA in the Federal Acquisition Regulation (FAR) provide a two-part test for determining if an end product (that does not consist wholly or predominantly of iron or steel or a combination of both) qualifies as a domestic end product: (i) the end product must be manufactured in the U.S.; and (ii) effective October 25, 2022 more than 60 percent of the cost of its components must be mined, produced, or manufactured in the U.S.1 The domestic content threshold increased to 60 percent on October 25, 2022, further increases to 65 percent in calendar year 2024, and 75 percent in calendar year 2029. In the event no domestic products can meet the new thresholds or the cost to acquire them would be unreasonable, there is a 55 percent fallback threshold in effect from October 25, 2022 through December 31, 2029. For end products consisting wholly or predominantly of iron or steel or a combination of both, the cost of domestic components must be 95 percent to qualify as a domestic end product. 2 The FAR provides similar standards for domestic construction materials.