Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information. If your company is interested, please read this notice entirely and submit the required information, as requested herein. Shredders, Paper Heavy Duty VHA Members Services (MS) Atlanta BRIEF SCOPE OF WORK (This is for information only) IMPORTANT NOTE: This Sources Sought is for market research purposes only (to determine the socioeconomic status of interested companies). No award will be made off this posting. The VHA Member Services (MS) team requires a total of four (4) office-type shredders for use throughout their new facility. Salient Characteristics: CLIN 0001: Shredder, Paper Heavy Duty, High Security Optical Media Shredder (Qty 3): Oil Free Crosscut Paper Shredder shall be able to process a maximum of 16 sheets of paper per pass at a minimum rate of 35 feet per minute. The unit shall have a minimum 16-inch throat to accept paper. Dimensions: Width: Between 15 30 Depth: Between 15 25 Height: Between 25 45 Paper shall be shredded into .8 x 5 mm particles or less. Must have a minimum of 53 Gallon waste capacity. Must include automatic start/stop operation, auto reverse anti-jam protection, Bag full and Door open safety indicators. Casters preferred but not required CLIN 0002: Shredder, Paper Heavy Duty, High Security Paper and Media Shredder (Qty 1): Classified media shredder with minimum 16-inch-wide opening to safely dispose of all optical media at the P-7 level. Must include a separate throat with a minimum width 5 inches for shredding plastic items (ID cards, CDs, etc.) Must be included on the NSA-EPL list. Bin capacity must be between 35-40 gallons. Dimensions: Width: Between 15 25 Depth: Between 15 30 Height: Between 25 45 Shall have Security Level: 0-5 Must be Cross Cut style. Must include a Sheet capacity: 2500 pcs/hr. Must be capable of shredding: Credit cards, CDs & DVDs. Must be able to cut down to 0.086 x 0.157 inch. Speed: 24 ft/min. Must include high cutting capacity steel cylinder. Stand-by mode consumes zero energy. Shall include reversing function with on/off switch. Long lasting wear-resistant solid steel cutting rollers. Must include Bin-full/bin open stops. Must include Anti-jam technology. Paper sacks storage space available. Fan-cooled 2.8 horsepower motor for tearing through 14-16 sheets of paper, creating 12,064 cross-cut/confetti-cut particles per page. Must include shred bags. Casters preferred but not required The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Performance Work Statement (PWS). The Contractor is responsible for all charges and fees related to disposal of materials generated by the Contractor. This is anticipated to be a commercial supply acquisition under the authority of FAR Part 12, Simplified Acquisition Procedures for Commercial Items. The product will be delivered to the following location: VA Member Services (MS) Atlanta 2233 Lake Park Drive, Smyrna, GA 30080 IMPORTANT NOTE: This RFI (Request for Information) is for information only. No award will be made from this RFI. QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) OEM certified technicians to perform services with unrestricted access to the facility during inclement weather, as well as immediate access to OEM software updates. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507. Please communicate via e-mail to Stephanie.Cahill@VA.Gov by 12:00 MST on July 8th, 2025, as to your company s ability to perform service per this brief Scope of Work. If interested, please provide the following: Provide company s capability statement describing ability to provide equipment that meets or conforms to the salient characteristics listed above *include specification or brochure documents for confirmation of equivalent products* Company s business size in relation to NAICS 339940 and socio-economic category (SDVOSB/VOSB/WOSB/Large Business): SAM UEI: FSS/GSA contract # (if applicable): **Indicate Open Market if items are not included on FSS/GSA Estimated lead time: Where are the products manufactured/COO: Only written responses, to items 1 through 6 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. 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. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp