J071--Upholstery Repair and Cleaning Services
ID: 36C24824Q0267Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNITURE (J071)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 28, 2023 7:14 PM
  2. 2
    Updated Dec 12, 2023 1:25 PM
  3. 3
    Due Dec 15, 2023 2:00 PM
Description

The Department of Veterans Affairs, Department of Veterans Affairs, is seeking upholstery repair and cleaning services for the VA Caribbean Healthcare System (VACHS) in San Juan, Puerto Rico. This procurement is a set-aside for small businesses and falls under the MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNITURE category with a PSC code of J071. The contract period of performance is expected to be from January 15, 2024, to January 14, 2025, with the possibility of four option years. Interested vendors must submit their quotes by December 12, 2023. For more information, please contact Wilfredo Perez, the Contract Specialist, at wilfredo.perez3@va.gov or 939-759-6783.

Point(s) of Contact
Wilfredo PerezContracting Officer
(939) 759-6783
wilfredo.perez3@va.gov
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
6515--EVACUATION CHAIRS
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is issuing a combined synopsis and solicitation for commercial items, seeking evacuation chairs and related accessories. The solicitation number is 36C26224Q1627 and it is a Total Small Business Set-Aside. Manufacturers of the evacuation chairs sought are required to have high visibility green frames, color-coded controls, and lightweight, rugged aluminum construction. The chairs must be able to hold up to 500 pounds and are intended for emergency evacuation purposes. Offerings must conform to the detailed specifications outlined in the solicitation, including extended warranties and the ability to fold for easy storage. In addition to the chairs, the VA also requires maintenance and operating manuals, training videos, and various standard components. Manufacturers must include a completed Authorized Distributor Letter with their quotes. The contract will be awarded based on the lowest priced quotation that meets all the salient characteristics and requirements, including timely delivery. Quotations must be submitted electronically by the deadline to be considered. This opportunity is open to all small businesses registered in the System for Award Management (SAM). To apply, offerors must provide their quotations as outlined in the solicitation, incorporating the required clauses and representations. For more information or clarifications, interested parties may contact Carlo Manuel at carlo.manuel@va.gov or 562-503-7111. The deadline for submissions is Wednesday, July 31, 2024, at 1:00 PM PST.
J065--FY25: Preventive and Corrective Maintenance and Repair for Philips high cost / high tech Medical Devises
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is planning to award a sole-source contract for the preventive and corrective maintenance and repair of Philips high-cost/high-tech medical devices. The goal is to ensure the proper functioning of these essential medical devices. The VA Caribbean Healthcare System requires the services of Philips Medical System Puerto Rico Inc., the original equipment manufacturer and authorized service representative, due to the proprietary nature of the devices. The contract will be for one base year, with the potential for four additional years, and will cover the provision of factory-certified field service technicians for timely access, troubleshooting, repair, and calibration of the equipment. This special notice is not a solicitation or request for proposals. The department intends to negotiate directly with Philips Medical System Puerto Rico Inc. However, if any other company believes it can provide competitive services, it must provide clear and convincing evidence of its capabilities by the deadline. Interested parties should direct any inquiries to Carol Baez Rosario, the contract specialist, via email at carol.baezrosario@va.gov, ensuring a response by 10:00 AM EST on July 31, 2024, to be considered.
7105--FISHER HOUSE FURNITURE REPLACEMENT
Active
Veterans Affairs, Department Of
Sources Sought Notice: Veterans Affairs, Department of is seeking sources for the purchase of Fisher House furniture replacement. The furniture in four of the sixteen rooms at Clement J Zablocki VAMC, Milwaukee, WI., Veterans Integrated Services Network (VISN) 12, needs to be replaced. This includes beds, nightstands, chest of drawers, and desks. The furniture must be brand name only to maintain the continuity of lodging experience across Fisher House locations. The rooms will be designed with calm, cool colors and the furniture must coordinate with the bed frames. Delivery, staging, and installation of the furniture must be completed within 10 days after the projected delivery date. The contractor must possess knowledge and experience in interior design and must provide all necessary equipment for moving and installation. Responses to this sources sought must be received by July 29, 2024.
Church pews upholstery
Active
Dept Of Defense
The Department of Defense requires upholstery services for church pews located in South Chesterfield, Virginia. This is a Total Small Business Set-Aside contract, reserved for businesses that certify their small size under the specified NAICS code. The scope of work involves reupholstering the pews, with the contract being awarded to the vendor offering the lowest possible price while meeting technical requirements. Vendors must provide their own materials and labor, ensuring that the finished work meets industry standards. To be eligible, applicants must possess an active SAM registration and certify their status as a small business under the $9 million size standard for NAICS code 811420: Reupholstery and Furniture Repair. Funding for this project is estimated at $20,000 to $30,000, with payments being made after successful completion and inspection of the work. Businesses interested in applying should submit their offers by the deadline, including the required documentation and adhering to the specified format. The evaluation process will primarily consider the price and the technical capabilities of the applicants. In case of identical low prices, the timeline for completion will be a tiebreaker. For any clarifications or questions, interested parties may contact Amn Rebeca Ruji via email at rebeca.ruji.tz@us.af.mil. This summary provides an overview of the key details regarding the upholstery requirement for church pews, offering potential applicants a concise understanding of the opportunity.
6515--Patient Transport Chairs
Active
Veterans Affairs, Department Of
The Department of Veterans Affairs is seeking market information about potential suppliers of patient transport chairs equivalent to the Staxi Ranger brand. The main purpose is to identify capable manufacturers, especially small businesses and veteran-owned businesses, for a upcoming firm-fixed price contract. The scope of work involves providing new patient transport chairs with specific salient characteristics, including arm rest and foot rest adjustments and an automatic brake. Awardees will deliver the chairs to the Mann-Grandstaff VA Medical Center in Spokane, WA, along with optional docking stations for storing the chairs. To be considered, applicants should first register in the System Award Management (SAM) and ideally complete the Online Representations and Certifications Application. Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must also register with the Department of Veterans Affairs Center for Veterans Enterprise. Only authorized dealers or resellers of the manufacturer will be accepted, and proof of authorization will be required. Responses, due by August 2nd, 2024, should include the requested company and manufacturer information, as well as descriptive literature detailing how the product meets the specified salient characteristics. The government contract is expected to be a firm-fixed price type. Market participants are encouraged to respond, as the information gathered will help determine the course of action for the procurement. The VA Medical Center seeks to transport patients safely and efficiently between vehicles and healthcare facilities. For any clarification or further details, interested parties can contact Denise Patches, the Contract Specialist, via email at Denise.Patches@va.gov or by phone at 253-888-4922.