Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2020 SAM #6873
SOURCES SOUGHT

J -- Chiller Plant Preventive Maintenance - York/Carrier Chillers Wilmington VAMC Lebanon VAMC Corporal Michael J. Crescenz VAMC

Notice Date
9/21/2020 10:39:03 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q1125
 
Response Due
9/28/2020 1:00:00 PM
 
Archive Date
11/27/2020
 
Point of Contact
Maricela Everitt, Contract Specialist, Phone: 570-239-1393
 
E-Mail Address
Maricela.Everitt@va.gov
(Maricela.Everitt@va.gov)
 
Awardee
null
 
Description
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 has a requirement for Chiller Plant Preventive Maintenance for York/Carrier Chillers at the Wilmington VAMC, Lebanon VAMC and Michael J. Crescenz VAMC. Potential Sources shall respond with their ability to provide these services as outlined in the draft SOW (Attachment 1). The North American Industry Classification System (NAICS) code being considered for this procurement is 238220 Plumbing, Heating, and Air-Conditioning Contractors, and the Product Service Code (PSC) is J041 Maintenance and Repair of Refrigeration, Air Conditioning 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. 5.1 Professional technical license to perform work on commercial grade equipment. 5.2 Capability to service all three facilities. 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. 9. Responses shall identify if the vendor or proposed subcontractor/joint venture/or teaming partner holds the certifications. Simply confirming the vendor s capability to provide these certifications or failing to identify if vendor/subcontractor/teaming partner holds the certifications will be considered inadequate and not considered a valid response to this request. Responses failing to provide all the information requested above will be considered invalid. All responses shall be submitted in writing via email no later than 4:00PM EST September 28, 2020 to Ms. Maricela Everitt at Maricela.everitt@va.gov. E-mail: Maricela.everitt@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 must provide the above requested information. After review of the responses to this sources sought notice, a solicitation announcement may be published 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 Beta System for Award Management (SAM) at https://beta.sam.gov/ in order to be eligible for award of Government contracts.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fb3c485b1ade4862bc1ef3787b6920dd/view)
 
Place of Performance
Address: Wilmington, DE Lebanon, PA Philadelphia, PA, USA
Country: USA
 
Record
SN05805999-F 20200923/200921230215 (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.