DOCUMENT
J -- White River Junction Vermont VAMC Elevator Service Contract - Attachment
- Notice Date
- 1/25/2018
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;VA CENTRAL WESTERN MASSACHUSETTS HCS;NCO1;421 North Main Street;Leeds MA 01053-9764
- ZIP Code
- 01053-9764
- Solicitation Number
- 36C24118Q0146
- Response Due
- 2/1/2018
- Archive Date
- 3/3/2018
- Point of Contact
- Stefanie Carter
- Small Business Set-Aside
- N/A
- Description
- Page 4 of 16 Department of Veterans Affairs Veterans Health Administration Sources Sought Notice Annual full service maintenance and repair services on existing Vertical Transport Systems (Elevators) at White River Junction, Vermont VAMC. This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of the market s offered products, services and capabilities. The purpose of this sources sought notice is to gain market knowledge of potential SDVOSB, VOSB, 8a, WOSB, Hub-zone and Small business, etc. relative to NAICS Code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business size standard not to exceed $7,500,000.00 gross annual receipts. The Government will not pay any costs for responses submitted in response to this Sources Sought. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available products and services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking a vendor to provide the following products and/or services below. Please see the General Requirements section below for the requested products/services and descriptions and the Response Commitment section for the requested submittals. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. GENERAL REQUIREMENTS The White River Junction Veterans Affairs Medical Center (VAMC), located in White River Junction, Vermont, is looking for potential Contractors that have the capability to provide all equipment, supplies, parts, tools, and labor to perform regular preventative maintenance and 24 hour emergency service repair (including emergency call back) of the vertical transport systems. All equipment shall be maintained in proper operating condition as specified by the manufacturer. Contractor must have proven access to manufacturers parts, manuals and schematics needed to perform the service. Any repair services will be provided, at the request of the VA, to diagnose and correct equipment malfunctions on a routine basis. All repairs shall be performed to manufacturer s specifications by a trained technician with substantial work experience on the unit. All work will be performed at the contractor s authorized repair facility. Additional work found during normal service and preventative maintenance, and any work that will require extensive time and materials, must receive prior approval of the Contracting Officer. White River Junction Elevators ELEVATOR NAME TYPE CERTIF OF OPER CODE EDITION CLASS MAX CAPACITY MAX SPEED # STOPS Building #1 - Kitchen Hydraulic 11/03/2011 A17.1-2007; A17.3-2005 Freight 2000 50 2 Building #1 - P1 Hydraulic 11/03/2011 A17.1-2007; A17.3-2005 Pass 4500 125 4 Building #1 - P2 Hydraulic 11/03/2011 A17.1-2007; A17.3-2005 Pass 4500 125 4 Building #39 - P1 (left) Hydraulic 2/10/2014 A17.1-2010; A17.3-2005 Pass 4500 125 5 Building #39 - P2 (right) Hydraulic 2/10/2014 A17.1-2010; A17.3-2005 Pass 4000 150 4 Building #44 - P1 (front) Hydraulic 11/03/2011 A17.1-2007; A17.3-2005 Pass 4000 125 3 Building #44 - P2 (rear) Hydraulic 11/03/2011 A17.1-2007; A17.3-2005 Pass 5000 125 3 Building #65 - PTSD Hydraulic 11/03/2011 Pass 2000 100 2 Building #8A - dumbwaiter Electric 11/03/2011 A18.1-2005 DW 500 25 2 Building #8 Electric Conditional A17.1-2007; A17.3-2005 Pass 3000 200 3 Building #28 Electric 11/03/2011 A17.1-2007; A17.3-2005 Pass 4000 150 3 Building #31 - P1 Electric Conditional A17.1-2007; A17.3-2005 Pass 4000 200 4 Building #31 - P2 Electric Conditional A17.1-2007; A17.3-2005 Pass 4000 200 4 Building #31 - P3 Electric Conditional A17.1-2007; A17.3-2005 Pass 4000 200 4 Building #6 Vertical Platform Lift Conditional A18.1-2005 Pass 750 9 3 Building #88 Hydraulic Pass 2 Building 67 Hydraulic Pass 4000 1 Building 31/p4 Hydraulic Pass 4000 1 RESPONSE COMMITMENT Response: All responses should be directed to Stefanie.carter3@va.gov. Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Timeline : This request will close on stated date within the Government Point of Entry (GPE). Requested information: Interested parties shall provide the following information in addition to your capability response: Format: MS Word or pdf format (please ensure email is under 5 mb) Page limit 5-8 pages (please make the response as brief and concise as possible) Company name and Sources Sought number listed on each page Proprietary information MUST be marked as such, on a page-by-page basis. Submittal: In your response, please provide the following information based on the requirement. Your company s capability of fulfilling or exceeding this requirement as it is described. If you provide these services on your FSS Schedule contract, please provide your FSS Schedule contract information. Please also provide name of company, company address, a contact person s name, telephone number, fax number and email address. DUNS number, and indicate if actively registered on System for award management (SAM) Socio-economic Status & NAICS Code: State the size of your company [e.g., 8(a) (including graduation date), HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business]. Notes: 1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission. 2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government. The Department of Veteran Affairs Contracting Office POC: Stefanie Carter Contracting Specialist Email: stefanie.carter3@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NoVAMC/VAMCCO80220/36C24118Q0146/listing.html)
- Document(s)
- Attachment
- File Name: 36C24118Q0146 36C24118Q0146.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4042577&FileName=36C24118Q0146-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4042577&FileName=36C24118Q0146-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24118Q0146 36C24118Q0146.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4042577&FileName=36C24118Q0146-000.docx)
- Place of Performance
- Address: White River Junction VAMC;215 North Main Street;White River Junction, Vermont
- Zip Code: 05009
- Zip Code: 05009
- Record
- SN04799369-W 20180127/180125231042-1c7b9c2f32f1af6b2ce2185a8b333c46 (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 |