Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2014 FBO #4540
SOURCES SOUGHT

J -- Upgrade Kitchen HVAC

Notice Date
4/28/2014
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Palo Alto Health Care System (90/NCA);3801 Miranda Ave;Palo Alto CA 94304-1207
 
ZIP Code
94304-1207
 
Solicitation Number
VA26114Q0493
 
Response Due
6/13/2014
 
Archive Date
9/11/2014
 
Point of Contact
Bill Ulibarri
 
E-Mail Address
9-0385<br
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: SOL VA261-14-Q-0493 The Sierra Pacific Network Contracting Office (NCO21) is issuing a Sources Sought Announcement to determine if there are any Small Businesses, Service-Disabled Veteran-Owned Small Businesses or Veteran-Owned Small Business that can provide all equipment, supplies to perform the replacement of the kitchen HVAC system to include the steam/heat ventilation, make up air supply, and controls; located in building 329, at Veterans Affairs Palo Alto Health Care System (VAPAHCS), 795 Willow Road; Menlo Park, CA 94025. The contractor must perform to the standards in this contract. This project shall take no longer than 90 calendar days from the notice to proceed to complete. This project shall be coordinated with the appointed Contracting Officer's Representative (COR) to insure patient care and normal operations of the hospital are not interrupted. Specific Tasks General Information The objective of this project is to modify the existing HVAC system to redirect conditioned airflow into the kitchen and improve exhaust. The dishwashing equipment produces heat and steam that are not adequately escaping the room through the existing ventilation system. The objective is to install sensor controlled supply/exhaust air handling registers/hoods/ducting, a makeup air unit, reconfigure existing exhaust vents to improve ventilation, rebalance the equipment, and incorporate the new hardware into the existing Building Automation System (BAS). Provide operation and maintenance instructions at the completion of the general performance. Manufacturer documentation and maintenance schedule to be provided in close out documents. The contractor shall provide one year of full parts and labor warranty on the newly installed equipment. The intent is to proceed with a GSA small business set-aside, however should an insufficient number of GSA schedule-holder firms respond, then this requirement may be announced in Fedbizopps as a small business set-aside. The Contractor will provide as required the necessary licenses/certificates, competencies, privilege and credentialing in accordance with applicable State(s) and Federal regulation for each employee that will perform services under this contract. All work related to this contract will be performed by the Contractor in accordance with any applicable U.S. Department of Transportation, or OSHA regulations, as well as applicable State health and safety regulations, health care accreditation standards (Joint Commission or equivalent accreditation organization), and other standard industry practices. A more complete statement of work can be obtained by contacting the Contracting Officer listed below. This action will not be broken into categories, all requirements must be provided. All responsible small business sources may submit a bid which shall be considered by the agency. The simplified acquisition procedures of FAR Part 13 will be used as applicable in conjunction with commercial items procedures of FAR Part 12. The NAICS is 811310, size standard is $7.0 million. Product Service Code is J065. The actual solicitation containing requirements should be posted on or about May 16, 2014. The solicitation document and incorporated provisions and clauses will be those in effect through FAC 2005-72 or any subsequent FAC that is in effect at the time of the RFQ issuance. If multiple small business firms submit offers, award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price and other factors considered. The Government intends to evaluate offers and award without discussion. However, the Government reserves the right to conduct discussions later if determined necessary by the Contracting Officer. Offeror shall submit all information with offer as required in 52.212-1; a completed copy of provisions 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors may obtain copies of the reference provisions and clauses at http://farsite.hill.af.mil/vffara.htm or by sending an email to the Contracting Officer at bill.ulibarri@va.gov. The Contracting Officer may include any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices. Contracting Officer Contact Info: William Ulibarri (NCO 21) VA Palo Alto Health Care System, Bldg. T-50, 3801 Miranda Ave., Palo Alto, CA 94304 or via fax to the Contracting Officer at (650) 849-0395. Web based offers will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAPAHCS/VAPAHCS/VA26114Q0493/listing.html)
 
Record
SN03349858-W 20140430/140428234207-d5af9b2fb49b2453bec82e27324c62b7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.