SOURCES SOUGHT
H -- CHP-1 Stack Emissions Testing
- Notice Date
- 10/4/2022 1:00:16 PM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24623Q0040
- Response Due
- 10/7/2022 12:30:00 PM
- Archive Date
- 11/06/2022
- Point of Contact
- DeShaura Adams, Contract Specialist, Phone: 757-726-7126 ext: 7216
- E-Mail Address
-
deshaura.adams@va.gov
(deshaura.adams@va.gov)
- Awardee
- null
- Description
- DEPARTMENT OF VETERANS AFFAIRS Network Contracting Office 6 (NCO 6) Sources Sought 36C24623Q0040 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. Additionally, the Government reserves the right to revise the Statement of Work and other contract requirements, before the release of any associated solicitation. This notice is not a Request for Proposals (RFP). Information provided in this notice is subject to change prior to release of a solicitation. OVERVIEW The Department of Veterans Affairs, Network Contracting Office 6 is conducting market research to identify potential sources for Stack Emissions Testing for CHP Generators to support for the Fayetteville Veterans Affairs Hospital. This Sources Sought Notice is not a formal request for proposals or quotes. No formal solicitation document exists at this time. The government will not reimburse participants for any expenses associated with their response to this notice. SCOPE OF WORK Compliance testing at the Fayetteville Veterans Affairs hospital located at 2300 Ramsey Street, Fayetteville NC. Emission testing will be performed on the natural gas engine CHP-1 as required by NSPS Subpart JJJJ to determine compliance for NOx, VOC, CO and O2. Conduct sampling of the HCHO to remove this constituent from the readings given by the VOC analyzer. Test for HCHO will be performed if concentrations of total VOC exceed the allowable to reduce the concentrations of the total VOC. Three one-hour tests will be performed according to the Code of Federal regulations, Title 40, Part 60, Appendix A, Methods 3A,7E, 10,25A and 320: and subpart JJJJ. A draft report for facility review will be provided to the facility within 21 days after the completion of the on-site testing. Final report will for NC DEQ submittal will be provided within 5 days after addressing any comments or concerns from draft. Contractor will provide Stack Testing Proposal 45 days prior to testing and get NC DEQ approval for testing protocol. Testing will be completed in one day, but mobilization and setup can be the day prior. All equipment (JLG etc.), test equipment, power sources and tools needed to accomplished testing will be provided by the contractor. SMALL BUSINESS REQUIREMENTS For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of set-aside requirements if a solicitation becomes available, where the rule of two is met regarding a set-aside, including set asides under 38 U.S.C. 8127 and 8128 for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) firms registered in the Vendor Information Pages (VIP) database, in accordance with priorities set by regulation. This potential requirement may be for a base period of one year (1) and four-year (4) option. The applicable NAICS Code is 541380 (Quality Control- Electrical and Electronic Equipment Components). The corresponding Product Service Code is H159 (Quality Control- Electrical and Electronic Equipment Components). INSTRUCTIONS FOR RESPONDING: Interested companies can respond, via email, to Deshaura.adams@va.gov, with the following information: (1.) Company Point of Contact, including name, title, phone number and email address. (2.) Company name, DUNS number, small business/socioeconomic status of the company, and address of the applicable office. Additional information may be requested by the Contracting Specialist at a later time. POINT OF CONTACT: DeShaura Adams Contract Specialist Services Team 3 Network Contracting Office (NCO) 6 Regional Procurement Office (RPO) East Veterans Health Administration U.S. Department of Veterans Affairs Deshaura.adams@va.gov DUE DATE FOR RESPONSES: This notice will close on Friday October 7, 2022, at 3:30 PM Eastern Time. CONTRACTOR RESPONSIBILITY 1. A potential source, for the purposes of this notice, is considered to be any company meeting the following requirements. Some of the below requirements may be modified prior to release of any solicitation. 1. The potential source does not merely subcontract the preventive maintenance services and acts solely as prime contractor to provide all services directly to its customers and/or the Veterans Health Administration. The potential source holds all licenses/certifications and insurance required by the State of North Carolina. The potential source directly owns and controls all equipment, facilities, management, financial means, and other items necessary to directly perform the required services. 2. The potential source is registered in the System for Award Management (SAM) database at https://www.sam.gov, as whichever entity/office that would receive award in the event of a solicitation. 3. The potential source is registered in the Vendor Information Pages (VIP) database at http://www.va.gov/osdbu, if applicable. (This is only applicable to firms meeting Small Business Administration (SBA) and VA requirements for Service-Disabled Veteran- Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) programs.) 4. The potential source has completed submission of the current cycle, for calendar year 2017, VETS-4212 Report at http://www.dol.gov/vets/programs/fcp/main.htm (Only applicable where the potential source has held federal contracts in the amount of $150,000.00 or more, performed during the current cycle). 5. The potential source has favorable (satisfactory) past performance information for federal contracts, as documented in Government databases, including the Federal Awardee Performance and Integrity Information System (FAPIIS) and Past Performance Information Retrieval System (PPIRS), where applicable. Were performance ratings less than satisfactory have been identified, the circumstances of those ratings may be requested during discussions, or the offeror may be eliminated from the competition
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fbe6b0b07859450786243a1c7608c151/view)
- Place of Performance
- Address: Fayetteville Veterans Affairs Center 2300 Ramsey Street, Fayetteville 28301
- Zip Code: 28301
- Zip Code: 28301
- Record
- SN06486587-F 20221006/221004230124 (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 |