THIS REQUEST FOR INFORMATION (RFI) 36C26221Q1192 - IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339940 (size standard of 750 Employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide In-Patient Communication Boards for VA Loma Linda Healthcare System: STOOLS: 1 Whiteboard 30" wide x 30" high with insert and metal wall plate (Magnetic Knob option) 98 EA 2 Whiteboard 18"W x 24"H Vertical with insert and roller stand with pole (Magnetic Knob option) 16 EA 3 Dry-Erase Eraser and Marker Set 114 EA 4 Additional Insert Designs 2 EA STATEMENT OF WORK 1.0 GENERAL SCOPE The Veterans Health Administration (VHA) has a requirement for In-Patient Communication Boards for VA Loma Linda, all applicable rooms in the CLC, CLC I, CLC 2, 3SE, 3SW, 4SE and 4SW per attached drawings with marked locations indicated by a red box around the room, 11201 Benton St., Loma Linda, CA 92357 that meets the specifications and high-quality threshold while integrating excellent environmental stewardship. This requirement includes interchangeable whiteboards. The contractor shall provide all materials, equipment, transportation, and supervision necessary to satisfy the needs of each ordering activity and delivery. 2.0 PERFORMANCE REQUIREMENTS The contractor shall provide and be responsible for the technical assistance, development, and generation for final specifications. Whiteboard delivery required in October 2021. Delivery hours will be regular working hours 8:00 AM to 5:00 PM, Monday through Friday. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Juneteenth Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. The contractor shall: Order and arrange delivery of In-Patient Whiteboards for all patient rooms in quantities and specification noted on attached spreadsheet and drawings. Coordinate delivery of all products. Provide maintenance manuals for all products specified. 3.0 SUBMISSION OF QUOTATION Quote Submission: The contractors shall submit complete emailed electronic copy portable document format (.pdf) or Microsoft Excel (.xls) format of: Volume 1: (technical) complete manufacturer s product specifications Bill of Materials tagged per CLIN/ floorplan department and room etc. product literature warranty. Volume 2: (pricing) price quote including installation Bill of Materials with subtotals and tagged per CLIN/ floorplan All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation. The contractor is responsible for confirming the Government s receipt of the contractor s quote. 4.0 EVALUATION CRITERIA Task order will be evaluated on: Bill of Materials with subtotals and tagged per CLIN / floorplan department and room etc. PDFs of products with multiple parts lists to represent exactly what is being included in task order and to determine accuracy. Cut sheets with product detail for each line item. 5.0 PRODUCT General All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. Furnishings shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing. Salient Characteristics VA Loma Linda, California General This procurement shall fulfill the emergent comprehensive In-Patient Communication boards. Warranty Requirements All manufacturers must offer a lifetime warranty that product is free from defects in materials and workmanship (Includes shipping, parts and labor for the repair or replacement of defective items.) Testing, Technical Specification and Code Requirement N/A Environmental Features Shall be constructed free of environmentally hazardous materials such as PVC, CFC, solvent-based adhesives, heavy metals (chrome, lead, and mercury) and benzene. Paint is VOC-free powder coat type. Must be constructed free of environmentally hazardous processes such as those that product VOC s and deplete ozone. All items must be able to achieve a minimum of 35% recycled content capability. Certifications N/A Finish Colors Metal components shall be satin finish. Clear dry-erase plexiglass cover to protect magnetic board and custom interchangeable insert. Required Dimensions and Features per Item Per Line Items with confirmation of quantity and finishes required for this procurement: Whiteboard 30 wide x 30 high with insert and metal wall plate (Magnetic Knob option) Features to include: Limited Warranty Dry-erase plexiglass cover White magnetic board 30 wide x 30 high interchangeable insert Metal wall plate Line Options include: (available beyond this application) Choice of metal color: Standard Magnetic knob For purposes of this procurement the following Chameleon Whiteboards or EQUAL with Surface Materials and required options are: (98) MATCHING OR EQUAL To: Chameleon Whiteboard 30 wide x 30 H with insert and metal wall plate METAL FINISH: Standard OPTION: Magnetic knob Whiteboard 18 W x 24 H Vertical with insert and roller stand with pole (Magnetic Knob option) Features to include: Limited Warranty Dry-erase plexiglass cover White magnetic board 18 wide x 24 high interchangeable vertical insert Roller stands with pole Line Options include: (available beyond this application) Choice of metal color: Standard Magnetic knob For purposes of this procurement the following Chameleon Whiteboards or EQUAL with Surface Materials and required options are: (16) MATCHING OR EQUAL To: Chameleon Whiteboard 18 wide x 24 H with insert and roller stand with pole METAL FINISH: Standard OPTION: Magnetic knob Dry-Erase Eraser and Marker Set Features to include: Dry-erase eraser Dry-erase marker For purposes of this procurement the following Chameleon Dry Erase Eraser and Marker Set or EQUAL with Surface Materials and required options are: (114) MATCHING OR EQUAL To: Chameleon Dry-Eraser Eraser and Marker Set FINISH: Standard Additional Insert Designs Features to include: Additional Insert Designs: (2) Custom Patient White Wipe Boards Design For purposes of this procurement the following Chameleon Additional Insert Designs or EQUAL with Surface Materials and required options are: (2) MATCHING OR EQUAL To: Chameleon Additional Insert Designs: Custom Patient White Wipe Board Design FINISH: Standard The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and can provide the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Is your business a: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or a distributor of the items being researched above? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? (5) If you do, state how and what is altered; assembled; modified? (6) Does your company have FSS GSA/NASA SEWP/NAC or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NASA SEWP/NAC or federal contract holder, are the items you are providing information for available on your schedule/contract? (8) Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses to this notice shall be submitted via email to latricia.williams2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 3PM, PST. August 16, 2021. If a solicitation is issued it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this source sought. Responses to this source sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference 36C26221Q1192 if possible, please provide unofficial pricing. Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions.