SOURCES SOUGHT
J -- HVAC Maintenance and Repair IDIQ
- Notice Date
- 11/1/2021 6:41:53 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24122Q0054
- Response Due
- 11/8/2021 12:00:00 PM
- Archive Date
- 12/08/2021
- Point of Contact
- Jerry.Choinski@va.gov, Jerry Choinski, Phone: 203-932-5711x5863
- E-Mail Address
-
Jerry.Choinski@va.gov
(Jerry.Choinski@va.gov)
- Awardee
- null
- Description
- THIS SOURCES SOUGHT/REQUEST FOR INFORMATION IS ISSUED FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT CONSIDERED A SOLICITATION. The purpose of this Sources Sought/RFI is to gain knowledge of businesses capable of satisfying the following work requirements: HVAC IDIQ STATEMENT OF WORK General Contractor shall provide all labor, transportation, materials, apparatus, tools, equipment, supervision, disposal and permits necessary for performing miscellaneous Heating, Ventilation, Air Conditioning and Refrigeration (HVAC/R) maintenance, repair and installation projects, as well 24-hour HVAC/R emergency service call response. The general limit of the specified work area will be located in the VAMC, 830 Chalkstone Avenue, Providence, RI 02908. Off-site locations may include, but not be limited to, Eagle Square 1, 2, 3, 4, 5 & 6 and the Community Based Outpatient Clinics (CBOC) Middletown, RI, New Bedford, MA and Hyannis, MA. This is an IDIQ contract that will use Task Orders to order work as needed. Technical performance will be supervised by the Contracting Officer s Representative (COR). The COR will be appointed by the Contracting Officer (CO), who has sole authority to change the Statement of Work, commit funding, and any other actions by the VA. Miscellaneous HVAC/R maintenance, repair and installation projects The contractor will be tasked to do the following types of HVAC/R work: Repair, maintenance and installation of Air Handling Units (AHU), Air Cooled Condensing Units (ACCU), Split system air conditioning/heat pumps, fan coil units, PTAC s, Variable Air Volume, Constant Volume boxes and other associated HVAC/R equipment. Repair, maintenance and installation of Walk-in Coolers and Freezers, Ultra Low Temperature Freezers, Reach in Refrigerators and Freezers, Ice Machines, refrigerated Drinking Fountains and Cook/Chill kitchen food transport units. All work must meet the State and federal mechanical codes. Contractor must have a valid State of Rhode Island and State of Massachusetts Masters HVAC/R license and for each project assigned will have at least one Journeyman HVAC/R mechanic on site at all times. Contractor will be provided HVAC/R work assignments by VAMC personnel. For each work assignment the Contractor will submit a proposal with a breakdown of the work to be done, the material required and its cost and the labor hours needed for the work. The materials may be provided by the VAMC or the contractor will be asked to purchase the materials. Contractor will provide an hourly rate for overtime work. 3.0 Proposed Schedule 3.1 Routine project work can start as early as 7:00 am and work to 4:30 pm weekdays. Weekend work needs to be approved by the VA FMS Supervisor. 3.2 Emergency Service work will occur as conditions dictate. Response time will be with-in one (1) hour. 3.3 When the contractor s work interferes with hospital functions, such as when work produces excessive noise, odors, dust, utility service interruptions, or other interferences with normal hospital operations that cannot be contained within the area of work, the contractor shall schedule said work at other than normal hours and as directed by the Project Manager. 4.0 Work Locations The work site locations include: VA Medical Center, Providence, RI, Eagle Square, Providence, RI, Community Based Outpatient Clinics (CBOC) Middletown, RI, New Bedford, MA and Hyannis, MA. All work shall be done between the hours of 7:00 am and 4:30 pm Monday through Friday; weekend work if required must have approval by the VA FMS Supervisor. Period of Performance: A base period of 1 Year plus four (4) Option Year periods that will be 1 year each. The options may or may not be exercised. Place of Performance: 830 Chalkstone Ave., Providence, RI 02908-4734 Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought, a solicitation announcement may be published. Responses to this Sources Sought notice are not considered adequate responses for a solicitation announcement. Responses to this Sources Sought/RFI are due by 3 pm EST time on November 8, 2021. Responses to this notice shall be submitted via email to Jerry.Choinski@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The NAICS code for this requirement is 238220 and a small size standard of $16,500,000.00.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/46868dc47fd241fa9b012776d5768581/view)
- Place of Performance
- Address: Providence VAMC 830 Chalkstone Ave, Providence 02908-4734, USA
- Zip Code: 02908-4734
- Country: USA
- Zip Code: 02908-4734
- Record
- SN06168607-F 20211103/211101230118 (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 |