Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2019 FBO #6267
SOLICITATION NOTICE

38 -- Anti-Icing System

Notice Date
1/18/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
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
36C24219Q0205
 
Response Due
1/25/2019
 
Archive Date
2/24/2019
 
Point of Contact
paul.speedling@va.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION NOTICE AMENDMENT for ANTI-ICING SYSTEM Responses to this Combined Synopsis/Solicitation must be in writing and submitted on the attached Request for Quotation. 100% Small Business set-aside. The NAICS Code is 333120; size standard is 1,250 employees. 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) and must    provide a capability statement that addresses the organizations qualifications and ability  to perform as a contractor and provide the commodities described within the Request For Quotation.       Anti-Icing System One (1) 5000 Gallon slope bottom tank on a pressure treated wood framed stone base. One (1) BDS3 dispensing system including all hoses and fittings, pump and motor. Supply electricity to the dispensing unit (Provided by VA). One (1) 980-gallon frame mounted direct applicator for anti-icing mounted on VA supplied rack body truck. 5000 gallons of calcium/brine solution to be added to storage tank upon completion of installation. See Requirements/Specifications below.   The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Combined Synopsis/Solicitation. This notice shall not be construed as a commitment by the Government to award a contract, nor does it restrict the Government to a particular acquisition approach. 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 located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Small 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.  Requests for information and resultant responses shall be submitted directly to the contracting officer, Paul Speedling at Paul.Speedling@va.gov. NO TELEPHONE CALLS WILL BE ACCEPTED. All submissions should be received no later than 5:00 pm EST on January 25, 2019 VA New Jersey Healthcare System 151 Knollcroft Road Lyons, New Jersey 07939 Description/Specifications Statement of Work CONTRACT TITLE: Anti-icing equipment for road and sidewalk surfaces BACKGROUND: The VA New Jersey HealthCare System (VANJHCS) Lyons Campus requires the procurement of anti-icing equipment to pre-treat the road surfaces and sidewalks of our facility during the winter season. OBJECTIVE: The safety of our Veterans and Employees are our first priority. In order to maintain the road and sidewalk surfaces in a safe drivable and walkable condition throughout the winter months we are purchasing the anti-icing equipment as an additional means of keeping those surfaces clear of ice and snow accumulation. SCOPE OF WORK: Contractor will furnish all labor, materials, parts, equipment, installation, training and manuals which are required to have a fully operational Anti-Icing system in place at our facility. The electrical power to the equipment will be furnished by the VA. Equipment start-up, testing and training will be provided by contractor at completion of installation. 5000 Gallon tank must be filled with brine solution prior job completion. EQUIPMENT REQUIRED: One (1) 5000 Gallon slope bottom tank on a pressure treated wood framed stone base. One (1) BDS3 dispensing system including all hoses and fittings, pump and motor. Supply electricity to the dispensing unit (Provided by VA). One (1) 980-gallon frame mounted direct applicator for anti icing mounted on VA supplied rack body truck. 5000 gallons of calcium/brine solution to be added to storage tank upon completion of installation. PERIOD OF PERFORMANCE: Equipment to be installed and fully operational 60 days ARO. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. All work shall be performed by competent personnel, experienced and qualified to work on the specific equipment. Contractor shall ensure all personnel authorized to maintain the equipment specified by the contract are competent and able to perform all duties listed under the terms of the contract. All work performed shall be first class in accordance with good manufacturing practices. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, all associated working papers, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24219Q0205/listing.html)
 
Place of Performance
Address: Lyons Campus;VA New Jersey Healthcare System;151 Knollcroft Rd;Lyons, NJ
Zip Code: 07939
Country: USA
 
Record
SN05198520-F 20190120/190118230015 (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.