Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2024 SAM #8222
SOURCES SOUGHT

J -- TRANSFER SWITCHES (ATS) REPLACEMENT - HERSHEL Woody�? Williams VAMC - 581-24-3-507-0543

Notice Date
5/30/2024 7:00:20 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24524Q0568
 
Response Due
6/12/2024 7:00:00 AM
 
Archive Date
08/11/2024
 
Point of Contact
BILL PRATT, CONTRACT SPECIALIST, Phone: 410-642-2411, Fax: SERVICE TEAM 1
 
E-Mail Address
Billie.Pratt@va.gov
(Billie.Pratt@va.gov)
 
Awardee
null
 
Description
Page 1 of 3 SUMMARY: Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this request for information/sources sought notice in order to identify vendors that are interested in and capable of providing contractor services for three transfer switches (ATS) that need to be replaced to provide secure power for the facility. For the Hershel Woody Williams VAMC. Location: Hershel Woody Williams VAMC 1540 Spring Valley Drive Huntington WV, 25704 DESCRIPTION OF WORK: A.1 INTRODUCTION The Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 needs to replace ATS s which provide power for the facility. A.2 BACKGROUND Three transfer switches (ATS) need to be replaced to provide secure power for the facility. A.3 SCOPE OF WORK Vendor will provide all services, labor, parts, or equipment to replace the three ATS s throughout the facility. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Tasks to be accomplished: Vendor will provide all parts, labor, equipment, or services below: Remove internal parts from existing ATS s (qty 3) Remove new internal parts from new ATS cabinets and install in existing cabinets (qty:3) Start up new T Series ATS s Vendor will provide services within 14 days upon contract award. Current 3 ATS Unit that need replacement and service: Life Safety ZENITH CONTROLS MODEL: ZTS41FC7AAELLPTVA1VA26A  4 SN: 173305 Critical Power ZENITH CONTROLS MODEL: ZT561FC7AAELLPTVA1VA26A  4 SN: 173306 XRAY ZENITH CONTROLS MODEL: ZTS61F7AAELLPTVA1VA26A   4 SN: 173317 STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Period of Performance The Contractor shall perform all deliveries normal business hours, as stipulated earlier and within 14 days of award, pending parts availability and communication with Program Point of Contact/Subject Matter Expert. C.2 Special Considerations C.2.1 Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material, and labor to perform the work described above. The work will include all items as described in the Scope of Work listed above. C.2.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, always, take all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. C.2.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type of work. SERVICE CONTRACT LABOR STANDARDS: The Service Contract Labor Standards apply to this contract. Contractor will be responsible for compliance with the Service Contract Labor Standards and determining which of its workers are performing on or in connection with the contract and properly segregating their hours for purposes of pay and recordkeeping. The Department of Labor s Wage Determination is provided as an attachment; it specifies the minimum wages and fringe benefits for workers performing on or in connection with this contract. Interested & Capable Responses:  NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Martinsburg VA Medical Center. Please respond to this RFI/Sources Sought 36C24524Q0568 with your: Business name (including Unique Entity ID (SAM.gov)   Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and   Person of contact (including telephone number & email address).    Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities.   Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS)  Brief Summary of categories of services that your company can/cannot provide.  Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable)  Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response:    Do you intend to self-perform this effort?  If you are located outside the immediate area, how will you self-perform?  Or do you intend to subcontract work under this contract?  If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting?    Response Instructions:  Responses must be submitted by 10:00 AM (ET) June 12th, 2024. Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov. This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.).  VA assumes no responsibility for any costs incurred as a result of a vendor s attendance to the Site-Visit nor the preparation of responses submitted as a result of this notice. Bill Pratt Contract Specialist VHA, NCO 5 Billie.Pratt@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/86b4d2084e0449e8826cc75c46988af8/view)
 
Place of Performance
Address: Department of Veterans Affairs Hershel “Woody�? Williams VAMC 1540 Spring Valley Drive, Huntington, WV 25704, USA
Zip Code: 25704
Country: USA
 
Record
SN07081738-F 20240601/240530230101 (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.