Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 03, 2024 SAM #8346
SOURCES SOUGHT

Z -- Sources Sought Notice - Services - Replace Roll-Up Door Minneapolis VAMC, BLDG 69

Notice Date
10/1/2024 2:00:33 PM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26325Q0025
 
Response Due
10/15/2024 3:00:00 PM
 
Archive Date
12/14/2024
 
Point of Contact
Joey Bloomer, Contracting Officer, Phone: 515-699-5549
 
E-Mail Address
joseph.bloomer@va.gov
(joseph.bloomer@va.gov)
 
Awardee
null
 
Description
The Minneapolis VAMC requires Roll-Up Door Repair/Replacement services in accordance with the draft Statement of Work (SOW) below. This is a sources sought/proof of capability solicitation looking for vendors to perform the services per the SOW for market research purposes. No awards of a contract will be made from this announcement. If you are a vendor that can complete the work described in the SOW with competitive pricing, please send your contact and organization information with a description of proof of capability to: Joey Bloomer, joseph.bloomer@va.gov on or before October 15th, 2024. Only emailed responses will be considered. Additionally, please provide answers as appropriate to the following questions in the table below with your response to this sources sought notice. Failure to respond to the following questions may affect the acquisition strategy. 1. Identify your organization's socio-economic category. 2. State whether any of the requested services may be ordered against a government contract awarded to your organization (e.g Federal Supply Schedule (FSS), General Services Administration (GSA), etc.).   *If applicable, VAAR Provision, 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction, will apply to the potential solicitation if set-aside for Veteran Owned Small-Businesses or Service Disabled Veteran Owned Small-Businesses.* *If applicable, FAR Provision 52.219-14 Limitations on Subcontracting, will apply to the potential solicitation if set-aside for Small-Businesses.* STATEMENT OF WORK Minneapolis Veteran Affairs Health Care System General: The Minneapolis VAMC is requiring a contract for repair services of a roll-up door. Building 69 has a roll-up door with security grille that is non-operational and need to be replaced. The contractor shall provide all labor, supplies, materials, tools, equipment required to install a compatible roll-up door per OEM specifications and instructions. Contractor: One on site assessment is authorized to evaluate the work to be performed and provide the most accurate price quote. Assessment must be completed prior to the closing date of the solicitation. Install temporary structure during construction to maintain building security until new door is installed. Lock Out/Tag Out (LOTO) all sources of stored energy prior to starting work. Remove locks and tags once work is complete. Disassemble, remove, and dispose of existing 16 x 22 overhead roll up door, rolling grille security gate, door track and door operator(s). Replace with a new roll up door and rolling grille security gate (like in kind) that meets the following salient characteristics and specifications: 22 gauge insulated roll up door with 1 hp door operator. Security roll-up grille (security gate) with ½ hp door operator All new door track and hardware. Manual chain operation. Obstruction Safety beams / sensors Bottom sensing edge Door operators will need to be same voltage and amperage as previous operators. Working hours: Anticipated hours of work will be Monday through Friday from 7:00 am 5:00 pm. Energy center is open 7 days a week, 24 hours a day. Contractor may perform work on weekends and holidays if desired. This will be a firm fixed price contract and the VA will not pay any additional money for work performed on weekends and holidays. Observed Federal Holidays: New Year s Day Martin Luther King Birthday Washington s Birthday Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day Safety: Contractor is responsible for maintaining a safe working environment for their employees as well as the MVAHACS Staff. Work areas will be kept cleaned throughout the day and all trash and demolished materials properly disposed of daily. Appropriate Personnel Protective Equipment will be worn while performing work on the VA Campus. Security: Contract personnel need to obtain a vendor s badge form VA Security located at the outpatient entrance security desk. A valid government issued form of identification will be required to receive a badge. A charge of $25 will be assessed for any badges that are not returned at the completion of the project Contractor s Technicians are required to check in with the POC upon arrival at facility to obtain access and any additional instructions, task explanations and project location information. Daily performance log sheets are required to be submitted to the CO and POC daily. Parking/Storage: Parking is available within the vicinity of Bldg 69. Larger vehicles, equipment, job site trailers or storage containers must utilize parking lot 43A only. Contractor s contact information (name and phone number) is required to be displayed on all vehicles, equipment, trailers or containers that are stored overnight at the MVAHCS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0635c0c0b25243278efbf543effa1914/view)
 
Place of Performance
Address: Minneapolis VAMC BLDG 69 One Veterans Drive, Minneapolis, MN 55417, USA
Zip Code: 55417
Country: USA
 
Record
SN07230393-F 20241003/241001230111 (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.