SOURCES SOUGHT
61 -- 642-23-1-583-0170 | Peco Battery Replacement (VA-23-00011970)
- Notice Date
- 7/3/2023 8:13:57 AM
- Notice Type
- Sources Sought
- NAICS
- 335910
—
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24423Q0994
- Response Due
- 7/10/2023 8:00:00 AM
- Archive Date
- 08/09/2023
- Point of Contact
- Andrea Aultman-Smith, Contracting Officer, Phone: 610-316-9903
- E-Mail Address
-
andrea.aultman-smith@va.gov
(andrea.aultman-smith@va.gov)
- Awardee
- null
- Description
- This is Not a Solicitation Announcement. This is a Request for Information Only. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Since this is Request for Information announcement, no evaluation letters and or results will be issued to respondents. No solicitation exits. Therefore, do no request a copy of the solicitation. The Department of Veterans Affairs VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified/verified Small Businesses capable of meeting requirement and salient characteristics below to establish a for NiCad Batteries to be utilized at the VA Medical Centers located in Philadelphia, PA. BATTERY REPLACEMENT MAIN UTILITY FEEDER BREAKERS PROTECTION SYSTEM SCOPE OF CONTRACT Introduction: Provide all labor, materials, tools, equipment, and services necessary for replacing/installing new NiCad batteries (92 batteries), and the Battery Charger at the Philadelphia VA Medical Center Scope: General Requirements: Install new NiCad Batteries at the Philadelphia VA Medical Center Main Utility Switchgear room. This room is located at Bldg. 6. 3900 Woodland Ave Phila. PA. 19104 Install new Battery Charger and all necessary components needed for the NiCad Batteries replacement. Project Overview: Replace/Install Nicad Batteries and Battery charger for the Main Utility Feeder Breakers protection system. Battery string replacement for the switchgear batteries 92 total. Replace/Install Battery Charger for the NiCad Batteries. Price to include disposal of existing batteries and charger. Specific Project Requirements: The contractor shall be responsible for providing all necessary equipment, labor, and materials to complete the project with the following specifications: Contractor shall meet manufacture requirements for installation of batteries and charger. Area must always be kept clean and free from obstructions. Performance Requirements: Contractor shall purchase and install new batteries (92) and battery Charger (1). Contractor shall remove and dispose of old batteries in accordance with federal, state, local, and VA codes/directives/ laws. Replacement batteries and charger must be equivalent to the existing batteries, and charger in physical size and technical properties. Contractor shall verify that replacement batteries are suitable according to the manufacture s specifications for this application. Contractor shall provide manufacture recommended training on Battery and Chargers maintenance. Existing Battery Information: Hoppecke FNC 1573EH NiCad Existing Battery Charger Information: EnerGenius Model # Q120050SL514B Serial # 249292 AC Input: 240V 60 Hz 1P 46 Amps DC Output: 120V 50Amps Cleanup and Reporting: Contractor shall remove all parts and debris daily from the work site, and contractor is responsible for a complete cleanup and debris removal once project is complete. Contractor shall submit a daily report of progress on the project to the COR/POC. Work Schedule: Contractor will provide a work schedule to the COR/POC. Additionally, the contractor shall notify the COR/POC upon arrival and departure of properties for accountability purposes. Id the COR/POC is not available the contractor will report to Bldg. 5 Facility Management Services. Hours of Work: Normal Duty Hours Monday thru Friday 700 a.m. 4:30 p.m. Excluding Federal Holidays. Authorization must be obtained from the Contracting Officer in advance for any work performed outside of normal working hours (after 4:30 p.m. and before 7:00 a.m. Monday through Friday, any Saturday, Sunday, or federal holiday). Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 335910, Battery Manufacturing. The Small Business Size Standard for this NAICS code is 1,250 employees. Please answer the following questions: (1) Please indicate the size status and representations of your business in accordance with the NAICS code _______, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.) (2) Is the required equipment available on a Federal Supply Schedule or Government Wide Acquisition Contract? If so, please include the schedule number. (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Provide the items of a small business (4) If your company is a large business, do you have any authorized small business distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If your company is a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (8) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (9) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (10) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via email to Contracting Officer at andrea.aultman-smith@va.gov no later than 11:00 AM Eastern Standard Time on July 10, 2023. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contractor Officer, Andrea Aultman-Smith. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contracting Opportunities web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer Andrea Aultman-Smith, Contract Officer at andrea.aultman-smith@va.gov DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. 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 RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9880af54cc4542b2ba1e4d4278279b5d/view)
- Place of Performance
- Address: Corporal Michael J. Crescenz Philadelphia VA Medical Center 3900 Woodland Avenue, Philadelphia, PA 19104, USA
- Zip Code: 19104
- Country: USA
- Zip Code: 19104
- Record
- SN06735964-F 20230705/230704210943 (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 |