Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2022 SAM #7635
SOURCES SOUGHT

J -- Building Automation Service Contract (VA-22-00087574)

Notice Date
10/24/2022 5:48:02 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24623Q0078
 
Response Due
10/27/2022 11:00:00 AM
 
Archive Date
11/26/2022
 
Point of Contact
DeShaura Adams, Contract Specialist, Phone: 757-728-7216
 
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 36C24623Q0078 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 Building Automation Service. No formal solicitation document exists at this time. The government will not reimburse participants for any expenses associated with their response to this notice. See the attached Statement of Work. SCOPE OF WORK Regular Ongoing Building Automation Service Technician Operational Support 3 Days per Month (36 Days per Year). The incumbent will manage a team of trained and experienced automation service specialists who will deliver regular ongoing building automation system operational support services. This service program includes 36 days per year (3 days per month) of regular ongoing building automation system operational support services per year during normal business hours (Monday through Friday, 8am-5pm). An onsite log will be maintained for recording and responding to customer requests and system issues. The incumbent service team will work with you to deliver the greatest value out of the operational support services. Common services including but are not limited to the following: System Performance & Customization Services. 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). The applicable NAICS Code is 238210 (Electrical Contractors and Other Wiring Installation Contractors). The corresponding Product Service Code is J059 (Maintenance, Repair, and Rebuilding Equipment). 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. (3.) Documentation evidencing certification/licensure that vendor is an OEM, authorized dealer, distributor, or authorized reseller of proposed medical/technical equipment. 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 Thursday October 27, 2022, at 2:00 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. Where 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/e6389fa22b0c4891a852a36063ca380d/view)
 
Place of Performance
Address: Fayetteville Health Care Center 7300 South Raeford Road Fayetteville, North Carolina
 
Record
SN06501399-F 20221026/221024230059 (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.