SOLICITATION NOTICE
Z -- Refurbish Trash and Linen Chutes Bldg 172 - 610-19-515
- Notice Date
- 3/18/2020 8:12:12 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25020B0013
- Response Due
- 4/7/2020 12:00:00 AM
- Archive Date
- 04/22/2020
- Point of Contact
- Eric J Sweatt Contract Specialist 317-988-1511
- E-Mail Address
-
Eric.Sweatt@va.gov
(Eric.Sweatt@va.gov)
- Awardee
- null
- Description
- PRESOLICITATION NOTICE This document serves as notification of an upcoming solicitation for a construction project Project 610-19-515 Refurbish Trash and linen chutes: 1. It is the intention of the VA Northern Indiana Health Care System (Marion Campus) to solicit bids for the following: Provide materials, labor, equipment and supervision to replace existing side hinged chute intake doors, side hinged access doors and replace slide style discharge fire damper with accordion type Fire damper discharge, all material will be UL certified and meet NFPA 82 codes. These doors are interlocked for safe operation locking out all remaining intake doors on that chute when one door is open on that chute. The addition of a bin sensor interlock on each chute that will detect a trash or linen bin being in place and the removal of the disinfecting and sanitizing unit this includes the water supply for the disinfecting and sanitizing unit to be removed back to the service valve and caped at the main source on each chute and any penetrations sealed or patched. Work will be performed 7:00am to 4:30pm, work area to be cleaned up, trash, material and equipment should be removed, and work area is in the same as it was before work began. All trash to be hulled off campus by contractor. There are four (4) Lenin Chutes and four (4) Trash Chutes located in building 172 Patient care area and they span supported, and individual point of contact (Contracting Officer or Program Manager). 4.�� �Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 5.�� �Are there established market prices for our requirement? �If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? �Is our requirement offered to both under similar terms and conditions? �Briefly describe any differences. If your company is interested, submit your responses to angela.knell.1@us.af.mil. E-mail responses should be received no later than 2:00 pm EST on 26 March 2020. All responses must be UNCLASSIFIED; no classified material will be accepted or considered with this Sources Sought Synopsis. The response to Part I. Business Information should be single spaced, 12pt font. The response to Part II. Capabilities should be limited to no more than 5 pages (8.5x11 inches), single spaced, 12pt font. �In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. �Respondents should indicate which portions of their response are proprietary and should mark them accordingly. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. Responses to questions from interested parties will be promptly answered and posted on this beta.SAM website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a company or that company�s response. �Information feedback sessions may be offered to respondents after the sources sought assessments are completed. An Industry Day (date to be determined) with one-on-one information sessions with respondents may be offered to clarify the Government�s understanding of their submittal, the capability rami
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ce06facb79174fe19a0c1b7e122193c3/view)
- Record
- SN05593099-F 20200320/200318230219 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |