The RFP Database
New business relationships start here

Ceiling Suspended Basketball Hoops with Installation- VA Palo Alto


California, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Page 3 of 3
Subject: Sources Sought, Basketball Hoops and Installation for VA Palo Alto Healthcare System (VAPAHCS), Department of Veterans Affairs, Veterans Health Administration (VHA).
The purpose of this sources sought is to conduct market research to support the procurement of Ceiling Suspended Basketball Hoops for VA Palo Alto. This notice serves to survey the market in an attempt to ascertain whether or not, sources can provide the requested services. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning.
This source sought is to gain knowledge of potential qualified sources and their size classifications. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice.
MINIMUM TECHNICAL REQUIREMENTS:
General
Basketball Backstop - Ceiling suspended, forward-folding, front-braced.

Warranty Requirements
25-year limited warranty.

Technical Specification and Code Requirements
Must adhere to industry standards requiring that the design of the unit shall transfer to load on the goal directly to the backboard support so as to minimize stress to the glass backboard.

Environmental Features
N/A.

Dimensions, Features
72 x 42 Rectangular Glass. Dim C: 11 B< .
Ceiling-Suspended, Forward-Folding Backstop:
Shall be a welded together main frame constructed from steel mechanical tubing to for a rigid tetrahedral T design of back-to-back right triangles.
Main stem (center strut) shall be 6 OD 11-gauge steel tubing, the top of the T shall be 4 OD 11-gauge steel tubing, and the side braces shall be 21/4 OD 14-gauge steel tubing.
Side Braces shall join stem no higher than 4 -6 above goal.
Main stem shall be of sufficient length to allow plus or minus 6 height adjustment of either fan or rectangular banks.
Folding front brace shall be jackknife type, fully adjustable, self-locking in the down position and constructed of 21/2 OD 13-gauge (outer) steel tubing and 21/4 OD 14-gauge (inner) steel tubing.
Backstop shall be supported from 4 OD 11-gauge steel mechanical tubing anchored to roof structure by means of heavy steel support hangers.
Superstructure tubes shall be reinforced with bridging and/or bracing when truss centers exceed 8 -0 .
Pivot or hinge joint (pin height) for folding shall not exceed 15 from roof structure except when required by architect for coordination with other trades.
Main backstop frame shall pivot on 1-1/4 minimum solid steel shaft secured in a milled bearing hole in B= minimum steel plate hangers to insure accurate positioning of bank.
Bank shall be attached to the 6 OD main stem by heavy-duty bank hangers.
Hangers shall be constructed of 21/4 OD 14-gauge steel tubing and B< x 2 flat steel plate with slotted holes for lateral adjustment.
All glass banks shall have one upper bank hanger and include a goal brace which attaches directly to the goal mounting plate and directly to the 6 main stem of the backstop to eliminate any strain on the bank and help prevent glass breakage.
Backstop shall raise or lower by a B< (6.35 mm) aircraft cable, certified minimum break strength of 7,000 pounds (3178kg), operating over aluminum ally sheaves with bronze oilite bearings that do not require lubrication.
Backstop shall have a black or white powder coat finish.
Backstop shall be operated by motorized winch.
Backstop Lowest Position shall be: 14 in. (36 cm).


Backstops include:
Electric winch, no key switch.
Plug head kit for backstop electric winch.
2-Gang key switch.
Auto-Lock safety strap.
Glass backboard. Shall include: fully tempered B= glass backboard, rectangular 72 x 42 .
Bolt-on backboard edge padding.
Heavy-Duty fixed goal.
Stamped engineering calculations for basketball backstops.

INSTRUCTIONS:
Submit a brief description, two-three (2-3) pages (including cover letter) that demonstrates how your company can provide the requested services. Include past-experience, with providing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability and your address.
If any portions seem unclear, prohibited, and/or you are unsure about the draft description of the requirement please list your comments and/or concerns in your response, so they can be addressed.
PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL-SUPPLY SCHEDULE CONTRACT THAT COVERS THIS EQUIPMENT AND/OR SERVICES AND, IF SO, THE CONTRACT NUMBER. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS; Your response should include a STATEMENT OF CAPABLILITY, GSA SCHEDULE INFORMATION, DUNS#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above.
Response is due by 9am PST on April 25, 2019. Please submit e-mail responses to Rachael Becker, Contract Contracting Officer, at email address: Rachael.Becker@va.gov
NOTE: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure this equipment and/or services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI.

Rachael Becker
Rachael.Becker@va.gov

Rachael.Becker@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP