Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOURCES SOUGHT

C -- 650-22-111 Med Gas Survey, Assessment, and Analysis

Notice Date
6/1/2022 1:02:13 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24122Q0619
 
Response Due
6/7/2022 11:30:00 AM
 
Archive Date
09/14/2022
 
Point of Contact
pearl.wray@va.gov, Pearl Wray, Phone: (401) 273-7100 x14129
 
E-Mail Address
Pearl.Wray@va.gov
(Pearl.Wray@va.gov)
 
Awardee
null
 
Description
THIS NOTICE IS NOT A REQUEST FOR PROPOSAL - PLEASE DO NOT SUBMIT ANY COST OR PRICING INFORMATION AT THIS TIME. PROJECT TITLE: Medical Gas Survey, Assessment, and Analysis SOURCES SOUGHT: The VA Medical Center, 830 Chalkstone Avenue, Providence, RI 02908 is seeking potential sources for an upcoming requirement to obtain services for the Survey, Assessment, and Analysis of the Medical Gas Systems, located at Building 1 on the Providence RI, Veterans Affair Medical Center (VAMC). Refer to attached Scope of Work for full requirements. The work shall include services for the Survey, Assessment, and Analysis of the Medical Gas Systems, located at the Providence RI Veterans Affair Medical Center (VAMC), Building 1. Survey services will include all labor, transportation, materials, apparatus, tools, equipment, and permits necessary to complete the detailed survey work. Building 1 is approximately 400,000 GSF consisting of nine-floors and a basement.  The work shall include documentation of Oxygen, Medical Air, Nitrous oxide, Nitrogen, Medical vacuum, anesthesia exhaust, and related systems. The survey shall include bulk systems, manifolds, compressors, dryers, filters, regulators, vacuum pumps, air treating systems, zone valves, outlets, master alarms, and area and system alarms and some cabling as appropriate. System components located external of the building shall also be included in the survey. Technical services of a certified Medical Gas Inspector (ASSE 6000 series certified) and professional services of an architect/engineer are as follows: The A/E shall provide all project management for the project. The A/E shall coordinate work with the Providence VAMC Facilities Management Service team a minimum of two (2) weeks before proceeding with any work on VAMC property throughout the contract.  Contact names and phone numbers will be provided upon contract award. The contractor must be badged and escorted at all times.  Hospital personnel on-site on the patient wards must approve entrance and the conducting any tests before proceeding.  Some areas of the VAMC facility will require entrants to wear medical protective clothing, to be provided by the VA. Please note that Coordination between the VA COR and successful Contractor/A-E is a critical piece of this requirement. NAICS: The NAICS code is 541330 and the current small business size standard is $22.5 million. Interested SDVOSB, VOSB and SB firms must indicate their interest in this project by submitting responses to below information described under paragraphs (1) (5). RESPONSE SUBMITTALS: The following information is required in response to this Sources Sought notice, and responses to this Sources Sought must be submitted to the Contract Specialist via email to pearl.wray@va.gov by or on June 7, 2022, by 2:30 PM EST: (1) State your firm s name (as it appears in SAM.gov), Unique Entity Identifier (UEI) Number, firm s office location where these services will be performed from, socio-economic status of the firm, (i.e., verified SDVOSB, VOSB, WOSB, SB, large business). SDVOSB or VOSB firms must be verified by the Center for Veteran Enterprises (CVE) under NAICS 541330. (2) Provide a narrative description to support evidence of your firm s experience providing similar services in scope and complexity to services described in the attached Scope of Work. Please do not submit any cost or pricing information at this time. (3) Evidence of the company s ability to perform at least fifty percent (50%) of this requirement in accordance with FAR 52.219-14. What would be the expected make-up of the firm s team in terms of socio-economic categories and estimated percentage of work to be completed by your firm and each subcontractor? (4) A brief statement of overall interest in the project and capability of performing the work in conjunction with ongoing projects. (5) Proof of professional liability insurance required to cover the amount of this project. All information must be submitted in sufficient detail for a decision to be made on the availability of interested SDVOSB, VOSB or SB concerns. Failure to submit all information requested will result in a contractor not being considered as an interested SDVOSB, VOSB, or SB concern. If adequate interest is not received this action will not be set-aside. Interested firms may reply via e-mail to pearl.wray@va.gov. Businesses must be registered in the System for Award Management (SAM). To register in the SAM database, visit www.sam.gov. SDVOSBs or VOSBs must also be verified by the Center for Veteran Enterprises (CVE). This notice is a market research tool and has not been set-aside for any small business category, however the notice issued is to determine appropriate set-aside categories. Responses to this notice, in conjunction with other Government market research resources, will be used by the contracting officer to determine the applicable socio-economic set-aside for the procurement. Once the appropriate set-aside is determined, a separate public announcement requesting Qualification Statements (SF330s) will be publicized on Contract Opportunities in accordance with 40 U.S. Code § 1101 and FAR 36.601. DISCLAIMER: This Source Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Notice is marked as proprietary and will be handled accordingly. In accordance with FAR 15.201(e), responses to this Notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a7d5d8f523dc4e4fb521e013bf8405d1/view)
 
Record
SN06344675-F 20220603/220601230110 (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.