Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2020 SAM #6854
SOURCES SOUGHT

H -- Boiler Safety Device Testing

Notice Date
9/2/2020 7:56:11 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420I1054
 
Response Due
9/8/2020 7:00:00 AM
 
Archive Date
10/08/2020
 
Point of Contact
renee.kale@va.gov, Renee Kale, Phone: 412-822-3757
 
E-Mail Address
Renee.Kale@va.gov
(Renee.Kale@va.gov)
 
Awardee
null
 
Description
Page 2 of 2 This is a SOURCES SOUGHT NOTICE only. Responses to this notice will be used for information and planning purposes. No quotes are being requested or accepted at this time with this notice. No questions regarding the SOW or elements of the SOW will be answered. The Department of Veterans Affairs, Veterans Medical Centers located at: Erie, PA Altoona, PA Coatesville, PA Wilmington, DE have a requirement for boiler safety device testing on the Veteran Affairs Medical Center (VAMC) boiler plants. Potential Sources shall respond with their ability to provide these services as outlined in the draft Statement of Work (Attachment 1). The draft Statement of Work only addresses Erie, however the basic requirements for all four locations are the same and should therefore be considered when reviewing the attached and determining the ability to provide the services. The North American Industry Classification System (NAICS) code being considered for this procurement is 541380 Testing Laboratories, and the Product Service Code (PSC) is H245 Equipment and Materials Testing Services/Plumbing, Heating and Waste Disposal Equipment. The Small Business Size Standard is $16.5 million. Responses to this notice should include the following: 1. Company name 2. Data Universal Numbering System (DUNS) number 3. Company s address, 4. Point of Contact information (i.e. title, phone number and email address) 5. Company s capability to meet this requirement and any pertinent information which demonstrates the company s ability to meet the above requirements. -If the vendor is unable to provide services for all four locations, the response to this RFI should state that limitation and list those locations they are interested in. 6. GSA Federal Supply Schedule contract number, if within scope of this effort (if applicable). 7. Company s type of business (small or large) and socioeconomic status whether Service Disable Veteran Owned, Veteran Owned, Hubzone, 8(a), Women Owned, Small Disadvantaged, etc. If applicable, Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must be verified in www.VetBiz.gov. 8. Response should provide enough information to determine if the vendor can comply with the limitations on subcontracting as defined in VAAR 852.219-74 and all applicable CFR references where applicable. This is not a request for quote and there is no opportunity for a question and answer forum. All responses shall be submitted in writing via email no later than 10:00am (ET) September 8, 2020 to Ms. Renee Kale at renee.kale@va.gov. E-mail: renee.kale@va.gov. Facsimile or telephonic responses will not be accepted. Simply responding as an interested party does not constitute your company as a source. Offeror shall provide the above requested information. After review of the responses to this sources sought notice, a solicitation announcement may be published on the FBO or GSA website in the near future. Responses to this sources sought announcement are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the forthcoming solicitation announcement, in addition to responding to this sources sought notice. All interested parties must be registered with System for Award Management (SAM) at https://www.sam.gov in order to be eligible for award of Government contracts. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9d36a40ad586495eaf02744024a01dff/view)
 
Place of Performance
Address: Multiple Site 19320, USA
Zip Code: 19320
Country: USA
 
Record
SN05785135-F 20200904/200902230147 (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 |
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.