Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 04, 2022 SAM #7644
SOURCES SOUGHT

J -- HVAC Chiller Maintenance Service

Notice Date
11/2/2022 2:22:30 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26123Q0103
 
Response Due
11/10/2022 3:00:00 PM
 
Archive Date
11/25/2022
 
Point of Contact
Olivia Duarte, Contract Specialist, Phone: 559-228-5382
 
E-Mail Address
olivia.duarte@va.gov
(olivia.duarte@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. The applicable North American Industry Classification System (NAICS) Code is 238220, Plumbing, Heating, and Air-Conditioning Contractors, size standard is $ 16.5 Million. NOTE: Please ensure that System For Award Management (SAM) indicates this NAICS code if you are interested in the requirement. Before responding please carefully read and consider the following: As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html Brief Description of Services The VA Palo Alto Health Care System (VAPAHCS) has a requirement for HVAC Chiller Maintenance Services. General The Contractor shall provide management, supervision, labor, parts, materials, tools, incidental engineering services, and transportation necessary to perform inspection, maintenance, testing, and repair services to maintain the chiller inventory as originally specified by the equipment manufacturer and/or as modified when a deviation is required. Place of Performance: Work for this contract is required at three separate VAPAHCS locations: Palo Alto Medical Center 3801 Miranda Ave. Palo Alto, CA 94304 Santa Clara County Livermore Medical Center 4951 Arroyo Rd. Livermore, CA 94550 Alameda County Menlo Park Medical Center 795 Willow Rd. Menlo Park, CA 94025 San Mateo County Contractor Qualifications: Contractor shall have technical training, track records of working experience in maintenance, inspection, testing and repairing of HVAC Chiller equipment. Experience shall be within healthcare, industrial, research, educational and commercial facilities for a minimum of five (5) years. Contractor s technicians shall possess certificates on equipment which work will be performed. Certificates and documents shall be presented with submission package. VA reserves the right to request proof of appropriate training and experience from vendor/contractor personnel for servicing the equipment on the schedule for the duration of the contract. Contractor shall provide certificates and documents within two days of request. The Contractor shall provide a Contract manager who shall be responsible for performance of the contract work. Name of the Contract manager and an alternate shall be designated in writing to the CO/COR prior to contract start date. Changes to personnel shall be submitted to the Government within five (5) workdays of the changes. The Contract Manager or alternate shall have full authority to act on contract matters relating to daily operation of the Contract. The Contract Manager or alternate shall be available to speak/meet with the CO or COR, within 24 hours of request during normal operating hours and or within the next business day. The selection, assignment, and management of Contractor s employees is the responsibility of the Contractor. The Contractor shall not employ any individual identified as a potential threat to the health, safety, security, and general wellbeing, or operation of the VAPHCS facilities or personnel. The Contractor is fully responsible for performance and conduct of his/her employees. The Contractor shall not allow any employee to perform work under this Contract while under the influence of alcohol, drugs, or any other incapacitating agent. Contractor service, repair, and replacement staff shall be Journeymen experience along with all other referenced training, certification, and experience within paragraph 6. The contractor shall be qualified to work on YORK, TRANE, CARRIER, and McQuay products. Capability Statement The Government requests that only firms seriously interested and truly capable should send their capability information to the Contract Specialist, Olivia Duarte by email at: olivia.duarte@va.gov no later than 3:00 PM Pacific Time, Nov. 10, 2022: (a) Business Size (Large/Small) (b) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) (c) SAM record (www.sam.gov) (d) VIP record (SDVOSB/VOSB firms only) (https://www.vip.vetbiz.gov/) (e) DUNS number (f) Ability and experience in managing similar projects. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. (g) List of Projects (Government and Commercial) that are similar in scope and size. (h) Anticipated Teaming Arrangements (if any) (i) GSA Contract Number if applicable. (j) Copies of certificates/licenses as identified above under Contractor Qualifications Interested parties shall not submit more than 10 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. The Government will use this information when determining its business type decision.      *Failure to provide the information requested above (items (a) (j)) will be considered non-responsive and will not be considered a viable source. DISCLAIMER This Sources Sought notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this request that is marked proprietary will be handled accordingly. The Government will not compensate an offeror for providing information in response to this sources sought. Furthermore, the Government reserves the right to cancel this requirement at its discretion. This is simply a sources sought notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ce14bd8fbecc4972bb416ad2b2b70212/view)
 
Place of Performance
Address: various locations, USA
Country: USA
 
Record
SN06508512-F 20221104/221102230056 (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.