Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2025 SAM #8735
SOURCES SOUGHT

Z -- Replace Factory Controls (VA-26-00016006)

Notice Date
10/24/2025 11:30:04 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24526Q0090
 
Response Due
10/31/2025 5:00:00 AM
 
Archive Date
11/30/2025
 
Point of Contact
Keysha Gorman, Contracting Officer, Phone: 410-637-1513
 
E-Mail Address
Keysha.Gorman74@va.gov
(Keysha.Gorman74@va.gov)
 
Awardee
null
 
Description
Page 1 of 3 STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION The Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 needs a contractor to replace the factory controls on the FCU serving the MRI area with a controller and zone sensor. A.2 BACKGROUND Factory controls on the FCU needs replaced. A.3 SCOPE OF WORK Vendor will provide all labor, material, equipment, tools, and supervision necessary to meet the Statement of Work below. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Tasks to be accomplished: Vendor will replace factory controls on the FCU with controller and zone sensor Map the new controller back to the existing Metasys system and created alarm and trend extensions User views for customer navigation Vendor will provide services within 14 days upon contract award STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington, WV 25704. Delivery vehicles shall keep traffic disruptions to a minimum. Use of any other entry points must be approved by Chief, Engineering Service prior to use. Vendor shall deliver required parts or equipment specified above during approved work times. C.2 Period of Performance Vendor will provide services within 14 days of contract award. Approved work times for this job shall be normal working hours of 8AM 430PM . The Contractor shall perform all services during normal business hours. C.3 Special Considerations C.3.1 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.3.2 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, at all times, take any and 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.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type of work. C.3.4 Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job. C.3.5 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds. C.3.6 Security. The C&A requirements do not apply, and a Security Accreditation Package is not required. This acquisition does not involve storage, generating, transmitting, or exchanging of VA sensitive information. It does not require C&A a MOU-ISA for system interconnection. Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. C.3.7 Smoking Policy. The Contractor shall not allow smoking in any building. The VA is a smoke-free facility. This includes the use of electronic cigarettes and vaping devices.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/45a19725ad824ef09b8cd595fd77802d/view)
 
Place of Performance
Address: Department of Veterans Affairs VAMC 10 N Greene St, Baltimore 21201
Zip Code: 21201
 
Record
SN07627818-F 20251026/251024230037 (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.