DOCUMENT
46 -- Installation and Continuous Monitoring for Potable Water System - Attachment
- Notice Date
- 5/3/2017
- Notice Type
- Attachment
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24217N0608
- Response Due
- 5/18/2017
- Archive Date
- 6/17/2017
- Point of Contact
- Ms. Mitchelle Labady
- E-Mail Address
-
lle.labady@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This announcement is not a Request for Proposal or Quote. The Government will not pay or reimburse any parties for the costs associated with responding to this request. The Government is under no obligation to award a contract from the responses received as a result of this announcement. This is a pre-solicitation notice under FAR 5.203(a) and FAR 5.204, and FAR 36.213-2 alerting industry of the Department of Veterans Affairs, Network Contracting Office 2 (NCO 2) potential requirement for the installation and the operation of a new and fully functional water monitoring system that will continuously monitor the Potable Water System of the Department of Veterans Affairs New Jersey Healthcare System (VA NJHCS), East Orange & Lyons Campuses. Additionally, the installation and the operation of a Monochloramine stabilizer unit at all specified hot water systems of both facilities the VA NJHCS is also required. The applicable North American Industry Classification System (NAICS) code for this requirement is 221310 (Water Supply and Irrigation Systems) and the small business size standard is $27.5 Million. Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns will submit responses to the solicitation and that award can be made at a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate. The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides. Potential contractors must be registered in SAM (www.sam.gov) and visibly certified in Vet Biz (www.vetbiz.gov) (if a SDVOSB or VOSB) in order to be considered an award. As a prospective offeror or bidder for this potential Service Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by 38 CFR Part 74. The draft Statement of Work outlining the Government s potential requirement can be accessed through the link provided below. Interested parties shall provide the following capability information to the Contract Specialist, Ms. Mitchelle Labady, via email at Mitchelle.Labady@va.gov no later than 4:00 PM EDT of Thursday, May 18, 2017: * The name of the firm as well as the e-mail address and phone number of the Primary Point of Contact; * Qualifications necessary for the satisfactory performance to meet this requirement; * Capability to accomplish the work in the required timeframe; * Minimal four (4) references with a description of work completed for a Government agency or private industry of equivalent complexity to the required services. Contract numbers, the names of the appropriate Point of Contact (POC), and their contact information (telephone numbers and email addresses); * Your firm s DUNS number; * Business Size (Large/Small); * Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUBZone, etc.); * Copy of current SAM record; * Copy of Center for Veterans Enterprise (CVE) verification as a Service Disabled Veteran Owned Small Business - SDVOSB/VOSB concerns only; The Government will use this information when determining its business set-aside decision, taking into consideration the requirements outlined in VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business Opportunities website http://www.fbo.gov within 30 days of the publication of this notice, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. SUBMISSION REQUIREMENTS Responses to this notice must be submitted in writing (via email) and must be received by the Contract Specialist not later than 4:00 PM EDT of Thursday, May 18, 2017 in order to be considered. Email: Mitchelle.Labady@va.gov. No telephone inquiries will be accepted. It is the responsibility of the firm to ensure the timely delivery of their capability package. Please review all of the information provided in this notice and the attached draft of the Statement of Work (SOW), consolidate all questions and concerns into one (1) message, and send an email only to Mitchelle.Labady@va.gov. Telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217N0608/listing.html)
- Document(s)
- Attachment
- File Name: VA242-17-N-0608 VA242-17-N-0608.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468862&FileName=VA242-17-N-0608-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468862&FileName=VA242-17-N-0608-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA242-17-N-0608 VA242-17-N-0608.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3468862&FileName=VA242-17-N-0608-000.docx)
- Record
- SN04493845-W 20170505/170503234329-4d97efa32765baeb06c86eb863ffa936 (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 |