Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2021 SAM #7279
SOURCES SOUGHT

J -- Elevator Maintenance and Inspection VA Omaha and Grand Island

Notice Date
11/3/2021 7:19:01 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26322Q0070
 
Response Due
11/12/2021 8:00:00 AM
 
Archive Date
02/19/2022
 
Point of Contact
Curt LaRose, Contracting Officer, Phone: 605-336-3230 X7573
 
E-Mail Address
curt.larose@va.gov
(curt.larose@va.gov)
 
Awardee
null
 
Description
Page 2 of 2 No phone calls. Send any responses by e-mail only. As this is a Sources Sought Notice for market research purposes, the Government will not accept any technical questions at this time. This is a Sources Sought Notice to determine small business sources capable of providing elevator maintenance and repair services per this notice under NAICS 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance). Small business size standard is $8 million. Product Service Code (PSC) is J039 (Maintenance, Repair, and Rebuilding of Equipment Materials Handling Equipment). BACKGROUND: THIS IS A SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This notice is issued solely for informational, market research, and planning purposes only. It does not constitute a solicitation or a promise to issue a solicitation in the future.  This notice does not commit the Federal Government to contract for any service at this time. Further, the U.S. Department of Veterans Affairs, Network Contracting Office (NCO) 23/Services Branch, Sioux Falls, SD, is not at this time seeking offers, and will not accept unsolicited offers.  Respondents are advised that the Federal Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party s expense. Responses to this notice are not offers and cannot be accepted by the Federal Government to form a binding contract.  Although the term offeror is used in this notice, your respective organization s response will be treated as information only and shall not be used as an offer. OBJECTIVE: The objective of this notice is to conduct market research to determine if there are Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) sources capable of providing Elevator Maintenance and Repair services for the VA Nebraska Western Iowa Health Care System. DESCRIPTION OF SERVICE: The VA Nebraska Western Iowa Health Care System (NWI) requires Elevator Maintenance and Repair services to support the VA NWI HCS. PLACES OF PERFORMANCE: VA Nebraska Western Iowa Health Care System (NWI) 4101 Woolworth Avenue Omaha, NE 68105 Includes CBOC at: Grand Island: 2201 North Broadwell Avenue, Grand Island, NE 68803-2196 POTENTIAL SCOPE OF WORK: See attached Performance Work Schedule POTENTIAL CERTIFICATIONS AND LICENSURE: See attached Performance Work Schedule SUBMITTAL OF RESPONSES: Responses shall be sent via electronic mail only by 10:00am Central Standard Time (CST), 11-12-2019 to: Curt LaRose Contracting Officer E-mail: curt.larose@va.gov Offerors shall submit a capability statement indicating their ability and experience to provide the services cited above; such statement shall also list: Name of offeror Address of offeror DUNS Number of offeror Point of contact name, phone number, and e-mail of offeror Whether or not vendor is SDVOSB or VOSB; SDVOSB and VOSB will be verified through Vet Biz at https://www.vip.vetbiz.gov. Whether or not vendor has General Services Administration (GSA) Federal Supply Schedule (FSS) contract; if so, please provide GSA FSS contract number certifications and licensure that its applicable staff holds
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/40ec950a1a6d42a793e52c07f20bbff4/view)
 
Record
SN06170324-F 20211105/211103230113 (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 |
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.