SOLICITATION NOTICE
59 -- AB Powerflex
- Notice Date
- 6/17/2025 7:55:03 AM
- Notice Type
- Presolicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q0987
- Response Due
- 6/16/2025 3:00:00 PM
- Archive Date
- 07/16/2025
- Point of Contact
- Victor Oliveros, Contracting Officer
- E-Mail Address
-
victor.oliveros@va.gov
(victor.oliveros@va.gov)
- Awardee
- null
- Description
- 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 333996 (size standard of 1250 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) is seeking sources capable of providing Fuel Polishing System STATEMENT OF WORK Background: VA San Diego Healthcare System 3350 La Jolla Village Drive, San Diego, CA92161 is seeking a contractor to supply AB 20-HIM-A6 POWERFLEX ARCHITECTURE HIM MODULE and AB (20F11ND065JA0NNNNN) POWERFLEX AIR COOLED 753 AC DRIVE. The prospective contractor must be Brand Name or Equal to ALLEN BRADLEY: . NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics is outlined below. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. It is offeror s responsibility to demonstrate its offer meeting the salient physical, and functional characteristics included in this solicitation. If the offer does NOT demonstrate, the offer will be considered non-responsive. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can satisfy the requirement by providing the brand name or equal to the supplies being requested. Salient Characteristics: AB 20-HIM-A6 POWERFLEX ARCHITECTURE HIM MODULE and AB (20F11ND065JA0NNNNN) POWERFLEX AIR COOLED 753 AC DRIVE. Variable Frequency Drive (VFD): Brand Name Item: PowerFlex 753 AC Drive, P/N #: 20F11ND065JA0NNNNN Product Type: 753 AC Drive with Embedded I/O, Standard Protection, Forced Air, AC Input with DC terminals Features & Specifications: Standard Protection, Forced Air. 480 VAC, 3 PH 65 Amps, 50HP ND, 40HP HD Open Type AC Input with DC Terminals. Frame 4 Filtered, CM jumper installed (preferred) DB Transistor Ratings: 380 480V: 600V: 690V: 0.75 270 kW / 1.0 400 Hp / 2.1 477 A 1.0 300 Hp / 1.7 289 A 7.5 250 kW / 12 263 Certifications: Australian RCM Safety ATEX CE American Bureau of Shippin Registro Italiano Navale Korean KC UL Listed Eurasion Economic Community Human Interface Machine (HIM): Brand Name Item: POWERFLEX ARCHITECTURE HIM MODULE, P/N #: 20-HIM-A6 Product Type: Enhanced, LCD, Full Numeric Keypad, Handheld/Local (Drive Mount) Features & Specifications: HIM Use with 70-700-700H/S/S-750 Allen-Bradley Full Numeric Keypad, LCD Display Drive Cover Mount or Handheld Enhanced Features C-TICK, CCC, CE, CUL, KC, UL PowerFlex ELECTRICAL SPECIFICATIONS 140 mA at 12V DC supplied by the Host Drive DIMENSIONS Height 116.0 mm Width 70.0 mm Depth 16.0 mm Weight 91g Schedule: All services will be performed during normal business hours unless requested and approved by the Contracting Officer Representative. Normal business hours for delivery are Monday through Friday, 8:00 am - 4:30 pm, excluding federal holidays. Federal Holidays observed by the VAMC are: New Years Day Labor Day Martin Luther King Day Columbus Day President s Day Veterans Day Memorial Day Juneteenth Day Christmas Day Thanksgiving Day Independence Day And any other day specifically declared by the President of the United States to be a national holiday. Place of Performance: VA San Diego Healthcare System 3350 La Jolla Village Drive, San Diego, CA92161 The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. 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 SALIENT CHARACTERISTICS requirements. For instances where your company cannot meet the SALIENT CHARACTERISTICS requirement(s), please explain. For instances where your company can meet the SALIENT CHARACTERISTICS requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of SALIENT CHARACTERISTICS 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 SALIENT CHARACTERISTICS? (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? (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 proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) 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). (17) 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. (18) 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. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to victor.oliveros@va.gov . Telephone responses will not be accepted. Responses must be received no later than, June 16, 2025, by 15:00 Pacific Local Time. All responses to this Sources Sought/RFI will be used for planning purposes only. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/53782a1da197414e9e9f524234d4b3c4/view)
- Place of Performance
- Address: VA San Diego Healthcare System 3350 La Jolla Village Drive, San Diego 92161
- Zip Code: 92161
- Zip Code: 92161
- Record
- SN07481130-F 20250619/250617230053 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |