Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
DOCUMENT

H -- Load Bank Testing - 666 This is to update the response date from 08-07-2015 to 08-10-2015. - Attachment

Notice Date
8/6/2015
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25915N0557
 
Archive Date
11/13/2015
 
Point of Contact
Robert Woolfolk II
 
E-Mail Address
.woolfolk3@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HUBZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Network Contract Office (NCO) 19 is seeking a potential qualified contractor to provide the following: DRAFT STATEMENT OF WORK Veterans Affairs Healthcare Systems Sheridan, Wyoming Statement of Work (SOW) Load Bank Testing 1. SCOPE OF WORK 1.1 Services are required at the VA Medical Center in Sheridan, Wyoming to conduct annual load bank tests at various locations in the facility. Locations are listed below. For base and optional years testing will be conducted prior to October 01. 1. Building 90: 175 KW Generator 2. Building 64: 80 KW Generator 3. Building 71: 350 KW Generator 4. Building 71N: 400 KW Generator 5. Building 86: 150 KW Generator 6. Building 7: 800 KW Generator 7. Water Treatment Plant: 100 KW Generator. ALL TESTING WILL BE DONE IN ACCORDANCE WITH TJC, ANSI, OSHA, VA, AND NFPA STANDARDS AS FOLLOWS: *25% OF NAMEPLATE RATING FOR 30 MINUTES *50% OF NAMEPLATE RATING FOR 30 MINTUES *75% OF NAMEPLATE RATING FOR 210 MINUTES ALL WORK TO BE COMPLETED DURING NORMAL WORKING HOURS (7:30am to 4pm) AND SEVICE WILL BE SCHEDULE WITH COR FOR THIS SERVICE. 2. SCHEDULING WORK Normally, Contractor working hours shall be 7:30a- 4p, Monday through Friday, excluding Federal holidays (New Year's Day, Martin Luther King Day, Washington's Birthday, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day.) and any day specifically declared by the President of the United States to be a National Holiday. Emergency callback service shall be provided at any hour of any day of the week. Only when so authorized by the Contracting Officer or designee may any portion of the work other than after-hours emergency callback service may be performed outside of normal working hours. 3. DELIVERABLES The contractor shall provide a detailed spreadsheet indicating the testing performed for each generator. At a minimum each Spreadsheet shall list the specific generator, date and location the testing was performed. These reports are to be presented to the appointed contract officer representatives and do no later than the close of business March 1st of every fiscal year. After acceptance of the work and reports are delivered the Veterans Administrations becomes the owner of all information in the reports. 4. REPORTING DEFECTS The Contractor shall immediately notify the Contracting Officer or COR in writing in a separate report from the load bank testing of the existence of any defects in, or repairs required to the generators and shall furnish a written estimate of the cost to make the necessary repairs. The deficiencies repairs shall not be part of this contract. Any repairs identified under this contract will be required to be repaired under a separate procurement. The VA Healthcare System reserves these rights to source to another contractor if so required. 5. PERIOD OF PERFORMANCE The Sheridan VAMC is looking for the above service to be provided on a multi-year contract, as-listed below: BASE YEAR PERIOD OF PERFORMANCE: 9/01/2015 - 8/31/2016 OPTION YEAR ONE PERIOD OF PERFORMANCE: 9/01/2016 - 8/31/2017 OPTION YEAR TWO PERIOD OF PERFORMANCE: 9/01/2017 - 8/31/2018 OPTION YEAR THREE PERIOD OF PERFORMANCE: 9/01/2018 - 8/31/2019 OPTION YEAR FOUR PERIOD OF PERFORMANCE: 9/01/2019 - 8/31/2020 END OF DRAFT STATEMENT OF WORK Prospective contractors must be authorized/certified to provide the required service, and must submit documentary proof when responding to this Sources Sought announcement. Important information: The Government is not obligated to, nor will it pay for, or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The anticipated NAICS code is: 811310, with a small business size standard of $7.5 Million. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. If your organization is capable of providing these services and is interested in this opportunity, please respond to Robert Woolfolk II, Contract Specialist, Department of Veterans Affairs, NCO 19 via e-mail at robert.woolfolk3@va.gov with a statement describing your capabilities. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published. The deadline for this information is 4:00 PM Mountain Time, Monday August 10, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25915N0557/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-15-N-0557 A00001 VA259-15-N-0557 A00001.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2227281&FileName=VA259-15-N-0557-A00001001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2227281&FileName=VA259-15-N-0557-A00001001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03826983-W 20150808/150806235438-c61e8c3459f917c3a9bd4638948c098a (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.