SOURCES SOUGHT: Audio and Visual Equipment for Conference Rooms at USFFC

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items, prepared in accordance with the information in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation of Commercial Items and FAR Part 13, Simplified Acquisition Procedures as supplemented with the additional information included in this notice.  This announcement constitutes the only solicitation; a written solicitation will not be issued.  PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on SAM.gov.

The RFQ number is N0018922Q0480.  This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-06/ 05-26-2022 (effective 26 MAR 2022) and DFARS Publication Notice 20220623 (effective 23 JUN 2022).  It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/.

The NAICS code is 334310 and the Small Business Standard is 750 employees.  The proposed contract action is for supplies for which the Government intends to solicit and award a Firm, Fixed Price contract for the brand name only items. Interested persons may identify their interest and capability to respond to the requirement and submit proposals. A determination by the Government to solicit these items as brand name is based on current infrastructure in place and mission readiness. The proposed contract based upon responses to this notice is solely within the discretion of the Government. The Small Business Office concurs with this determination.

The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center (FLC) Norfolk requests responses from qualified sources capable of providing required subscription renewals.

Please Review the following applicable attachments:

Attachment I – Combined Synopsis

Attachment II – Brand Name Justification Redacted

Attachment III – Pricing Spreadsheet

This announcement will close at 05:00 PM EST on Tuesday September 06, 2022.  All responsible sources may submit a quote to Nadia Misa, who can be reached via nadia.misa@navy.mil, or 757-443-1445, NO LATER THAN 05:00 PM EST on Tuesday September 06, 2022.  Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7E20 – IT AND TELECOM Ð END USER: HELP DESK;TIER 1-2, WORKSPACE, PRINT, PRODUCTIVITY TOOL (HW/PERPETUAL SW)
  • NAICS Code: 334310 – Audio and Video Equipment Manufacturing
  • Place of Performance:Norfolk , VA 23551 USA

Full details via beta.sam.gov

SOURCES SOUGHT: 6515–Virtual Reality Headsets

Department of Veterans Affairs (VA) Network Contracting Office 16 (NCO 16) Biloxi In Support of the Gulf Coast Veterans Healthcare System (GCVHCS) REQUEST FOR INFORMATION (RFI) 36C25622Q1104 BACKGROUND: Gulf Coast Veterans Healthcare System (GCVHCS) currently utilizes virtual reality systems for Veterans in the Community Living Center, Inpatient Medical Surgical Ward, PTSD Clinic, and Physical Medicine and Rehabilitation Services. The addition of applied virtual reality for employee use will enhance our ability to provide adjunct opportunities for employees to decrease stress and anxiety. This modality will be one of the options for employee use in the newly created employee wellbeing center at the Biloxi campus as well as multiple mobile employee wellness carts for the outlying buildings and CBOCs.

Please respond if you can provide the following item(s); AppliedVR Soothe VR Headsets with controller and preloaded with de-stressing and calming software with escape, relaxation, and guided imagery experiences. We will need implementation service/support for one year from the date of the contract award. Specifications/Characteristics: Minimum technical specs must be provided to meet the requirements of the GCVHCC: Stand-alone headset with 1 conroler per headset Preloaded with a minimum of 40 destressing and calming software with escape, relaxation, and guided imagery experiences Hands-Free headset Does not depend on wifi for operation Technical and IT support for one year High resolution 4K screen Wipeable facepad on the headset Head tracking interface capabilities (does not require hand controllers) to provide user accessibility for people without upper body function/stimulation

REQUESTED RESPONSES: The intent of this RFI is to establish sources to define the procurement strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name or equal products listed in the table in the background section above. In the response please cite your business size status. If you have an existing General Service Administration (GSA) or VA, Federal Supply Schedule (FSS) contract or Government-Wide Acquisition Contract (GWAC)/Solutions for Enterprise-Wide Procurement (SEWP), please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items.

Please respond to this RFI if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, FSS contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside).

Responses should include: (1) Business Name (2) Business Address (3) Point of Contact Name Phone Number E-mail Address (4) DUNS Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE-DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED (VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc. (8) Letter stating OEM authorized dealer, authorized distributor, or authorized reseller for the proposed equipment and/or services if applicable (9) GSA/FSS Contract Number if applicable Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the background section above.

CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Jeff Mason, jeffery.mason2@va.gov. Please respond to this RFI no later than August 30th, 2022 by 2:00 pm CT.

DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 334310 – Audio and Video Equipment Manufacturing
  • Place of Performance:

Full details via beta.sam.gov

Sources Sought: 5999–Public Announcement Audio System

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE VA IS NOT SEEKING PRICING OR OFFERS. The Department of Veterans Affairs, VISN 20, in support of Veteran Affairs Healthcare System, is currently requesting information to determine the existence of viable commercial sources for audio video equipment and installation for White City VA Medical Center, OR. Description of Services: The contractor shall provide TF-RACK Digital Mixer System Components and installation for White City VAMC. The Key Requirements are provided below. The Government is not soliciting offers at this time, and it will be the Contracting Officer who will determine which suggested changes are accepted. This is a sources sought notice to gain knowledge of potential qualified sources. A solicitation is not currently available. Responses to this request will be considered solely for determining how the requirements will be stated and how the procurement will be conducted. This sources sought announcement is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or to award a contract. This acquisition will be a Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. Be advised there is no solicitation at this time, and this is not a request for quote. The sole purpose of this notice is to obtain information regarding the availability of capable or qualified SDVOSB/VOSB sources to perform this potential requirement If you are interested and are capable of providing the required services, please email your response to brian.millington@va.gov no later than 4:30PM PST on 11 July 2022. Key Requirement 1. Background: The White City VA Medical Center requires TF-RACK Digital Mixer System Components and system installation / programming. 2. Specific Requirements: Salient Characteristics: All-in-One rack-style digital mixer Inputs: 16 mic/line (XLR/TRS combo) + 1 stereo line (RCA pin) Output: 16 (8 XLR + 8 TRS phone) Channels: 40 (32 mono + 2 stereo + 2 return) Aux Buses: 20 (8 mono + 6 stereo) Stereo Buses: 1 Sub Buses: 1 Dimensions (WxHxD): 480 mm (18-7/8 in) x 132 mm (5-1/4 in) x 409 mm (16-1/8 in) Net weight: 9.2 kg (20.3lb)

  • Original Set Aside: 
  • Product Service Code: 5999 – MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS
  • NAICS Code: 334310 – Audio and Video Equipment Manufacturing
  • Place of Performance: White City VA Medical Center / SORCC 8495 Crater Lake Highway White City , OR 97503

Full details via beta.sam.gov