Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2018 FBO #6202
SOURCES SOUGHT

J -- Service Contract for Elevator Preventative Maintenance and Repair

Notice Date
11/14/2018
 
Notice Type
Synopsis
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
ZIP Code
77030 4298
 
Solicitation Number
36C25619Q0146
 
Response Due
11/27/2018
 
Archive Date
1/26/2019
 
Point of Contact
713-791-1414 Ext. 26293
 
Small Business Set-Aside
N/A
 
Description
1. Title: Service contract for Elevator Preventative Maintenance and Repair 2. Purpose: Seeking contractors with the capability to furnish all labor, certifications, elevator equipment, all necessary skilled and certified labor for the original equipment manufacturer, materials, parts, software, transportation, travel, and supervision to provide Preventive Maintenance and Repair Services (PMRS) to all current and future elevators, cart lifts, and dumbwaiters located at the Central Arkansas Veterans Healthcare System (CAVHS) located at 2200 Fort Roots Drive, North Little Rock, AR 72114 and 4300 West 7th Street, Little Rock, AR 72205. NAIC: 811310 SIZE STANDARDS: $7.5M 3. Objective: To find qualified and certified contractors with the capability to perform preventive maintenance and repair services on the specific identified equipment to meet original equipment manufacturer (OEM) maintenance requirements standards and provide system administration. 4. Responses Requested: The following questions must be answered in response to this RFI: a. Name of Potential Contractor that possess the capability to perform this work. Contractors shall also provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, and Data Universal Numbering System (DUNS) Number. b. Is your company a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern? Please provide proof of qualifications. Provide explanation if company will be performing at least 51% of the work. c. Provide a list of active and inactive contracts of this nature for commercial, federal, state, and local governments. d. Is your company available under any Government Wide Agency Contract (GWAC), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided. e. Provide a short summary (two pages or less) of your potential approach to this type of contract and meeting the specific maintenance requirements for the identified equipment and your experience managing similar contracts with similar equipment. The summary shall also address the following: Provide an explanation of how your company will access the latest software and equipment updates and modifications for this specialized equipment. Does your company have access to the source code and programming rights on the listed systems? If not, provide an explanation on how your company would get the work performed. 5. Opportunity (See Draft Statement of Work): The CAVHS is seeking information from potential contractors on their ability to provide this service. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the CAVHS in determining potential levels of competition available in the industry. 6. Instructions and Response Guidelines: All questions shall be submitted by November 20, 2018 by 1:00pm (CST) via email to john.walker15@va.gov RFI responses are due by Wednesday, November 28, 2018 at 1:00 pm (CST); size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to anthony.marion2.gov. The subject line shall read: Service contract for Elevator Preventative Maintenance and Repair. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 4(a) - 4(e). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as market research and will not be released outside of the MEDVAMC Purchasing and Contract Team. This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it is will be synopsized in the Federal Business Opportunities (FedBizOpps) website or GSA Portal. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI, or future RFP. 7. Contact Information: John Walker John.walker15@va.gov Your responses to this notice are appreciated. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25619Q0146/listing.html)
 
Record
SN05151091-F 20181116/181114230016 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.