Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2024 SAM #8128
SOURCES SOUGHT

J -- Joliet VFD Replacement pumps

Notice Date
2/26/2024 12:56:56 PM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25224Q0301
 
Response Due
3/1/2024 11:00:00 AM
 
Archive Date
04/30/2024
 
Point of Contact
Debbie M Bruening, Contract Specialist, Phone: 414-844-4802
 
E-Mail Address
debbie.bruening@va.gov
(debbie.bruening@va.gov)
 
Awardee
null
 
Description
Page 3 of 3 SOURCES SOUGHT SYNOPSIS The Department of Veterans Affairs is issuing this sources sought synopsis as a means of conducting market research to identify firms having an interest in and the resources to support a requirement for The goal of this project is to provide all the necessary equipment, management, labor, safety, travel, tools, materials, and supplies to replace the existing Variable Frequency Drives (VFDs), boiler feedwater pumps, and the addition of new condensate pumps at the Joliet VA CBOC located at 2000 Glenwood Avenue, Joliet, IL The result of this market research may contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. Included in the requirements: Contractor shall install three (3) condensate pumps at air handlers 5, 6, & 7. Contractor shall supply and install new high temperature condensate pumps. Contractor shall Install three (3) boiler feed water pumps and sequencer panel. Contractor shall supply and replace high temp feedwater pumps found in Joliet CBOC boiler building. The contractor shall replace VFDs. Existing power supply is 480 VAC. VFD Bypass must have BACnet communication. VFDs must be able to serially monitor amps, kWHrs, operating mode, etc. even in bypass mode. VFDs for Air Handling Units must be tied into fire shutdown, even during bypass operation and must shut down with Fire/Smoke alarm. Contractor shall supply and install new VFDs located in basement. One (1) 25 HP VFD w/bypass; One (1) 20 HP VFD w/bypass; Three (3) 10 HP VFD w/bypass. Contractor shall reintegrate to BAS system. Provide BACnet MS/TP communication to VFDs for monitoring only. Because Edward Hines Jr. VAMC and the Joliet CBOC locations are largely Johnson Controls (JCI) Facility Explorer BAS Systems, the Temperature Controls Contractor performing work shall be a JCI Authorized Building Controls Specialist (ABCS) with documentation from JCI stating that they are in good standing at the time of this proposal. Proof of the Contractor being an ABCS must be provided with their response to this RFP. Applications Engineers and Control Technicians shall have minimum 5 years controls experience and must have completed Basic and Advanced CCT and Basic and Advanced Niagara N4 with training certificates. Non-Proprietary Controls with further requirements to include: BACnet/SC (BACnet Secure Connect) THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your Company has the potential capability to perform these contract services, please provide the following information:1) Company name, address, email address, web site address, telephone number, and size and type of ownership for the company; 2) Tailored capability statements addressing the particulars of this effort, and documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, companies should address the administrative and management structure of such arrangements; and 3) Confirmation your company can meet the Limitations of Subcontracting should they apply (see below) The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Based on the responses to this synopsis and other market research, this requirement may be set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) (limitation of subcontracting would apply), small businesses (limitations on subcontracting would apply) or procured through full and open competition. Limitations on Subcontracting 13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states: (a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Before any small or large business can be awarded a federal contract, a contracting officer (CO) must affirmatively determine that the firm is responsible to perform the specific contract it is otherwise in line to receive. If an apparent small business successful offeror is denied a contract award because it lacks certain elements of responsibility, the CO will refer the matter to the Small Business Administration. Once a CO s referral is received by the SBA s area office, the SBA will then inform the small business of the CO s determination and offer it the opportunity to apply to the SBA for a Certificate of Competency by a specific date. Burden of proof is on the small business to demonstrate that it meets specific COC eligibility criteria. After award, if a CO or other VA officials determine a review of limitations on subcontracting compliance is warranted based upon reasonable information of possible noncompliance, a request for review will be submitted to VA s Subcontracting Compliance Review Program. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 10:00 AM CST on Friday March 1, 2024. All responses under this Sources Sought Notice must be emailed to debbie.bruening@va.gov telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/48551d53f0634ab1aa56bc35d2e5f9f1/view)
 
Place of Performance
Address: Joliet VA Medical Center CBOC 2000 Glenwood Avenue, Joliet, IL 60435, USA
Zip Code: 60435
Country: USA
 
Record
SN06977391-F 20240228/240226230055 (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.