DOCUMENT
H -- 666 Test Backflow Assemblies - Attachment
- Notice Date
- 11/7/2017
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25918R0058
- Response Due
- 11/14/2017
- Archive Date
- 12/14/2017
- Point of Contact
- Francisco Velazquez
- E-Mail Address
-
2-5723<br
- Small Business Set-Aside
- Total Small Business
- Description
- Page 1 of 2 A.1 REQUEST FOR INFORMATION / SOURCES SOUGHT INQUIRY The Department of Veterans Affairs Network Contracting Office (NCO 19, Rocky Mountain Acquisition Center (RMAC) is seeking information and sources to provide water backflow assembly testing by a certified tester. This service will include all labor and material to test 18 double check valves backflow assemblies in buildings 5, 7, 8, 31, 64, 71, 71N, 86, 87; and test 14 reduced pressure back flow assemblies in buildings 4, 7, 9, 71N, 8, and 90, and the water treatment plant. The contractor shall be fully responsible for compliance with all VA, local, state, and Federal environmental/occupational safety laws, rules and regulations. All contractor personnel shall be certified by the state of Wyoming to test backflow assemblies. Technician trainees or other unqualified individuals may assist or observe only, however, may not be allowed to do so if their presence delays the progress of the work to be accomplished. The Government will NOT pay for unqualified individuals or technician trainees present. The NAICS code is 541380-Testing Laboratories. Size Standard is $15.0 million. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, veteran owned small business/service disabled veteran owned small business or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominated in the field of operation in which it is proposing on Veterans Administration contracts and with its affiliate. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Respondents will not individually be notified of the results of any Government assessments. The Government s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and current within VetBiz. Visit www.vetbiz.gov for details. The information submitted shall contain the company s business size status. This is a request for information and sources only, which may or may not lead to a future solicitation! This is not a request for proposal (RFP). The VA will not pay for any information received resulting from this sources sought notice. Requests for copies of a solicitation shall not be honored or acknowledged. Information should be forwarded to the Contract Specialist. Because this is a request for information only, answers to questions will not be posted. If your organization can provide these services and is interested in this opportunity, please respond to Francisco Velazquez, Contract Specialist, Department of Veterans Affairs, NCO 19, 6162 South Willow Drive, Suite 300 Greenwood Village, CO 80111 or via e-mail at Francisco.Velazquez-Salazar@va.gov with a statement describing your capabilities. The capability statement shall include a point of contact, complete mailing address, telephone number, email address and state the company s business size status. Any questions shall be addressed to the Contract Specialist, in writing, at the email address provided. The deadline for this information is 3:00 PM Mountain Time, Thursday November 9, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918R0058/listing.html)
- Document(s)
- Attachment
- File Name: 36C25918R0058 36C25918R0058.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3896439&FileName=36C25918R0058-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3896439&FileName=36C25918R0058-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25918R0058 36C25918R0058.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3896439&FileName=36C25918R0058-000.docx)
- Record
- SN04733420-W 20171109/171107231020-ae183044f7bd65ad94b3acb0c4ea10ae (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |