SOURCES SOUGHT
J -- EcoStruxure DDC BAS Preventative Maintenance Fort Harrison VAHCS, MT Controls and Legionella monitoring systems inspection, maintenance, repair and service
- Notice Date
- 3/24/2022 8:08:46 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25922Q0244
- Response Due
- 3/29/2022 8:00:00 AM
- Archive Date
- 04/29/2022
- Point of Contact
- Douglas Buffington, Contract Specialist, Phone: 918.577.3012
- E-Mail Address
-
Douglas.Buffington@VA.Gov
(Douglas.Buffington@VA.Gov)
- Awardee
- null
- Description
- This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information. If your company is interested please read this notice entirely and submit the required information, as requested herein. Provide Preventative Maintenance Services in Support of Schneider Electric's EcoStructure DDC Building Automation Control System Fort Harrison VA Health Care System, Montana BRIEF SCOPE OF WORK (This is for information only) IMPORTANT NOTE: This Sources Sought is for market research purposes only (to determine the socioeconomic status of interested companies). No award will be made off this posting. VA is seeking qualified vendors who have interest and capability of performing services to provide Preventative Maintenance (PM) Services for the Schneider Electric EcoStruxure DDC Building Automation Control System. Contractor shall provide OEM-trained and certified technicians to perform OEM-standard services on equipment in this PWS. Services on the equipment include maintenance support, corrective maintenance repair, emergency phone support, ability to perform on-site services within 24 hours of system failure, provision of parts (comprehensive parts coverage), and service and modification as required due to safety or reliability. All OEM software updates shall be included. System maintenance ensures the Medical Facility meets volumetric flow, temperature and air change rate requirements, humidification, the system is reliability, and meets energy conservation requirements. The contractor shall perform to Schneider Electric and industry standards in accordance with the Performance Work Statement (PWS) This shall be a non-personal services contract. The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Performance Work Statement (PWS). The Contractor is responsible for all charges and fees related to disposal of materials generated by the Contractor. This is anticipated to be a commercial service acquisition under the authority of FAR Part 13, Simplified Acquisition Procedures for Commercial Items. The work will be performed for the following location: Fort Harrison VA Health Care System 3687 Veterans Drive Fort Harrison, MTĀ 59636 IMPORTANT NOTE: This RFI (Request for Information) is for information only. No award will be made from this RFI. QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) OEM certified technicians to perform services with unrestricted access to the facility during inclement weather, as well as immediate access to OEM software updates. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507. Please communicate via e-mail to Douglas.Buffington@VA.Gov by 10:00 AM CST on 29 March 2022 as to your company s ability to perform service per this brief Scope of Work. If interested, please provide the following: Provide company s capability statement describing ability to perform Preventative Maintenance services as outlined Please state your company s business size in relation to above NAICS Code and provide your socio-economic category if applicable Please provide your DUNS number If you have an FSS/GSA contract that includes this service Provide FSS/GSA contract number if applicable Status as a Schneider Electric trained third-party service provider with certifications equal to or greater than: SmartX Engineering 3.x Ecostruxure Building Sales EcoStruxure Continuum Infinet Transition EcoStruxure BACnet with B3 Devices Outline the specific tasks to be performed by the Prime Contractor and the specific tasks required to be performed by a Subcontractor and the socio-economic category of any subcontractor. Prime must state if no subcontracting will be required. Only written responses, to items 1 through 7 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. 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. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp To become a CVE-verified VOSB or SDVOSB visit https://www.vip.vetbiz.va.gov/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/feed4141251642f2b3144e783f3caf49/view)
- Place of Performance
- Address: Department of Veterans Affairs Montana VA Health Care System ( MTVAHCS ) 3687 Veterans Drive, Fort Harrison, MT 59636, USA
- Zip Code: 59636
- Country: USA
- Zip Code: 59636
- Record
- SN06278836-F 20220326/220324230113 (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 |