Federal Contract Opportunity

Last Updated on 30 Jun 2025 at 6 PM
Sources Sought
Los angeles California

4510--SLOAN OPTIMA FAUCET

Details

Solicitation ID 36C26225Q1096
Posted Date 30 Jun 2025 at 6 PM
Response Date 07 Jul 2025 at 11 PM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 262-network Contract Office 22 (36c262)
Agency Department Of Veterans Affairs
Location Los angeles California United states 90073

Possible Bidders

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Sign up to access Documents

Signup now
The Greater Los Angeles Healthcare System requires the purchase of 200 Faucets. The VA Greater Los Angeles Healthcare System is located 11301 Wilshire Blvd Los Angeles, CA 90073 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 Description Quantity EBF-750-4-BAT-TEE-CP-2.2GPM-LAM-IR-S-BT-FCT Sloan Optima w/ GN Spout 200 SENSOR FAUCET: SINGLE HOLE FAUCET: Brand Name Item: SLOAN Product Type: OPTIMA SENSOR FAUCET Features & Specifications: Flow Rate: 1.5 gpm (5.7 Lpm) (1.5GPM) Spray Type: Aerated (AER) Sensor Type: Infrared Mounting Type: Single Hole Power Supply: Battery (BAT) Temperature Mixer: Integrated Side Mixer (ISM) Finish: Polished Chrome (CP) Factory Default Timeout: 30 seconds Factory Default Gallons per Cycle: 0.75 Commercial Grade, ADA Compliant, Electronic, Sensor-Activated, Cast Brass Hand Washing Faucet with the following features: Double Infrared Sensors with Automatic Setup and Indicator Light Automatic Self-adapting Sensor Technology Low Battery Indicator Magnetic Solenoid Valve Water Supply Connection with Flexible High-pressure Hose and Strainer 6 Volt Lithium 2CR5 Commercial Battery included. Appropriate Mounting Hardware included. Optional 24-Hour Sentinel Activation activation of continuous run and temporary off modes. Capable of withstanding temporary thermal disinfection shocks up to 80 C /176 F. 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 332913? (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 332913 (1000 employees). Responses to this notice shall be submitted via email to [email protected] . Telephone responses will not be accepted. Responses must be received no later than 7/7/2025 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.

Similar Opportunities

Location Unknown 07 Jul 2025 at 4 AM
Reno Nevada 18 Jul 2025 at 6 AM
Location Unknown 11 Jul 2025 at 4 AM
Location Unknown 07 Jul 2025 at 4 AM

Similar Awards

Location Unknown 14 Jul 2020 at 11 AM
Location Unknown Not Specified
Location Unknown Not Specified
Location Unknown Not Specified