Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 8 PM
Sources Sought
Long beach California

6515--scrubEx VA Long Beach

Details

Solicitation ID 36C26225Q1075
Posted Date 25 Jun 2025 at 8 PM
Response Date 08 Jul 2025 at 5 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 262-network Contract Office 22 (36c262)
Agency Department Of Veterans Affairs
Location Long beach California United states 90822

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Gtsi Corporation

Herndon Baltimore Chantilly Philadelphia Waltham

E & R Industrial Sales Incorporated

Boothwyn Sterling heights

Sign up to access Documents

Signup now
THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes 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/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1000 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) Long Beach Healthcare System, Long Beach VA Healthcare System is seeking sources capable of providing computerized linen and scrub management equipment for storage of and maintaining the inventory of scrubs and lines. Installation and training will be required as well as Web-Based Management Software and server updated. All equipments must work with and compatible with Clearview software, and ATO & TRM approved: IPA Model Info: Line Qty MFR Model # Description 0001 2 SE-20003 scrubEx 2.0 LV Dispenser w/ Touchscreen 0002 2 SE-20093 scrubEx 2.0 LV Remote Receiver w/ Touchscreen 0004 1 SE-2817 Pre-Installation, Installation, start-up, and training (Base First System) 0005 3 SE-2802 Pre-Installation, Installation, start-up, and training (Additional Unit/Each) 0006 1 SE-2808 Customer Server Update Large Volume Scrub Dispenser w/Touchscreen Mechanical Steel Vending Cabinet with web-based tracking technology Standard electrical plug. Holds 128 sets of clean scrub suits. Restricts access to scrub suits to only authorized users. Utilizes a credit system to receive clean scrubs and requires return of soiled scrubs to add back to available credits for each authorized individual. Each internal slot holds a set of scrubs (pants and top) or one jacket. Machine must not move the scrub/linen internally to prevent potential failure points or jamming Dispense clean scrub sets to authorized users in less than 5 seconds Machine must be filled by designated VA staff with VA owned scrubs. Dispenser must be able to be placed separately from soiled receiver unit. Large Volume Remote Receiver, Packer, w/Touchscreen Mechanical Steel Soiled Scrub Collection Cabinet with web-based tracking technology Standard electrical plug. Capacity of 140 soiled scrubs with two (2) large doors to facilitate in removal of soiled scrubs. Restricts access to scrub suits to only authorized users. Utilizes a credit system to receive clean scrubs and requires return of soiled scrubs to add back to available credits for each authorized individual. Must be able to identify that both pieces (top and pant) of soiled scrub suits are returned. Must take an internal digital picture of each deposit to ensure that only scrub suits are returned to the machine. Must be able to be placed in a location separate from clean dispensing cabinet. DELIVERY Contractor shall deliver all equipment to the VA Long Beach VA Health System, 5901 East 7th Street, CA 90822 on TBD. INSTALLATION contractor shall be responsible for a complete installation. Facility must drill the holes for the bracket mounting system, Installation to be completed by the contractor shall take place during normal working hours as stated in Paragraph VIII unless otherwise agreed upon with the COTR. Installation work shall be scheduled with the COTR who will be responsible to coordinate the work described herein. If site prep is required by the VA, this work will be coordinated between the contractor and the COTR. Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards Installation must be completed TBD. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. If there is an operational conflict with installation, night or weekend installation may be required Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. The packing materials will be placed in the facility provided dumpster. Additional Requirement: Must accommodate at least one RJ45 (Registered Jack 45) data port. Must support Port 443 to connect to outbound access to internet for server communications. Must support Port 4477 (TCP/UDP) for machine to be compatible to other units. Must be compatible to power requirement of 120 VAC, 60Hz, & 3 Amp. Machine must be able to provide real time fill percentage levels & alerts. Must equip a software that supports users (surgeons and nurses) with dispensing & receiving of clean scrubs and equipment management. Must supports AORN best practice recommendations for scrub suit attire. Each internal slot must hold a set of scrubs (pants and top) or one jacket. Machine must not have moving mechanism such as rotating drums moving scrubs to the access doors) to move the scrub/linen internally to prevent potential failure points or jamming. Must have a minimum dispense time of 5 seconds or less/a set of scrub or a jacket. If your company is interested and capable of providing the required supplies/services, please provide 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) Submit your capabilities statement illustrating how your organization can/cannot meet the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements. For instances where your company cannot meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please explain. For instances where your company can meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) Please indicate the 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. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of DRAFT/SALIENT CHARACTERISTICS/SOW? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) 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? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? Please also indicate Country of Origin for each item. (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your organization offer a leasing solution? Please elaborate. (15) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (16) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (17) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (18) Please provide your SAM.gov Unique Entity ID/Cage Code number. (19) Please indicate if you are an authorized reseller/manufacturer. (20) Please provide evidence that your products/solution is OEM. To respond to this notice, please email [email protected] and answer all questions above. Incomplete responses will not be considered valid interest to participate in future opportunities. Telephone responses will not be accepted. Responses must be received no later than Tuesday, July 8, 2025, by 10:00 AM PST. All responses to this Sources Sought/RFI will be used for planning purposes only, interested party must submit adequate information (specs of alternatives, availability on FSS or NASA SEWP, etc.) to be considered. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.

Similar Opportunities

Albuquerque New mexico 09 Jul 2025 at 7 PM
Ridgeland Mississippi 10 Jul 2025 at 6 PM
Independence Ohio 27 Feb 2026 at 5 AM (estimated)

Similar Awards

Long beach California 08 Jan 2020 at 12 AM
Long beach California 25 Nov 2019 at 11 PM
Long beach California 17 Aug 2018 at 4 PM
Long beach California 16 Aug 2018 at 10 PM
Long beach California 12 Nov 2019 at 8 PM