Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2018 FBO #6225
SOURCES SOUGHT

J -- Relocation of Audiology Sound Booth from the current Jefferson City CBOC to the new Jefferson City CBOC location

Notice Date
12/7/2018
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
36C25519Q0111
 
Response Due
12/26/2018
 
Archive Date
2/24/2019
 
Point of Contact
CARA.WOODRING@VA.GOV
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Work to be performed: Relocation of Audiology Sound Booth including de-installation, transport and reinstallation from 2707 W. Edgewood, Jefferson City, MO 65109 to new clinic location 3430 West Edgewood, Jefferson City, MO 65109. Work to be performed will included parts, labor, travel, tools, manpower, and truck required.     Equipment to be moved: Manufacturer: Acoustic Systems                          Model: RE-142MC                          Serial#: HC-51642                          VA EE#: N/A                          Weight: Approximately 3850 lbs.                          Outside Dimensions: 7 ft. Wide X 6 ft. 8 in Long X 7 ft. 5 in High Vendor will disconnect all wiring and connections including equipment wiring, electrical wiring and lighting from the booth.   The wiring and connections will be disconnected in a manner that all connections can be re-installed in the new location. VA Construction Vendor will place pit into floor for soundbooth based on dimensions provided by vendor moving the booth. Electrical source to feed the booth will be provided by VA CBOC Construction which the vendor will connect to the booth. Vendor for both move will reconnect all wiring and connections, including equipment, electrical and lighting at the new location. Booth will be reassembled and put back in operation in the same condition as it was prior to being disassembled at the original location. If any damage or repairs are needed once the booth is reassembled, those repairs will be performed by the vendor at NO additional charges to the VA Medical Center. The ONLY exception is if there are specific repair requirements or conditions noted & signed off by a VA staff member, PRIOR to vendor commencing work. After completion of re-assembly of the Audiology Booth, vendor will fully calibrate and test booth and all connections for operation and compliance with ALL applicable standards and requirements including, ANSI, OSHA, and VA Compensation & Pension. The North American Industry Classification System Code (NAICS Code) is 811219 (Other Electronic and precision Equipment Repair and Maintenance), size standard $20.5 Million Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a small business, VOSB or SDVOSB. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open. Any response to this source selection from Interested parties must be received NLT 12/26/2018 Attention: Cara J. Woodring, Contracting Specialist. Email: cara.woodring@va.gov Phone: 913-946-1988 Fax: 913-946-1996 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-DEC-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/LeVAMC/VAMCKS/36C25519Q0111/listing.html)
 
Place of Performance
Address: SEE DESCRIPTION FOR ADDRESSES
Zip Code: 65109
Country: USA
 
Record
SN05169182-F 20181209/181207230016 (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.