Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2023 SAM #7934
SOURCES SOUGHT

Z -- Electrical & Data Installation Services Temp Office Containers

Notice Date
8/16/2023 12:19:20 PM
 
Notice Type
Sources Sought
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q1015
 
Response Due
8/25/2023 2:00:00 PM
 
Archive Date
10/24/2023
 
Point of Contact
Joshua Davis, Contracting Officer, Phone: 781-687-2000
 
E-Mail Address
joshua.davis5@va.gov
(joshua.davis5@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a size standard $19M. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Temporary Electrical & Data Service installation for Leased Office Containers at the Manchester VAMC per the requirements below. Refer to the Statement of Work below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the Statement of Work. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to provide these services are invited to submit a response to this Sources Sought Notice by 5:00 PM EST, 25 August 2023. All responses under this Sources Sought Notice must be emailed to Joshua Davis at joshua.davis5@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ Other available contract vehicles (GSA/FSS/NASA SEWP/ETC): ________________________ _____________________________________________________________________________ _____________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 Statement of Work with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 Statement of Work VAMC Manchester NH Campus Temporary Electrical & Data Service installation For Leased Office Containers INTRODUCTION The Medical Center needs temporary but suitable office resources to replace office space under construction due to a flood on Floors 2, 3 & 4 of Building 1. Leased office containers represent the best and most expedient solution, requiring only electrical, HVAC and data utilities to activate space for VA Employees. These office containers will require temporary but durable electrical and data supply utilities for use by VA Personnel existing services will be located by (VA) reviewing available capacity in buildings adjacent to where the containers will be placed. These utilities will need to be exterior/commercial grade, code-compliant, water-tight, and capable of handling wind and weather conditions. The aggregate costs for these temporary utilities will include all charges associated with materials, sourcing, delivery, installation, configuration and testing by the Vendor. Project Tasks DESCRIPTION OF WORK TO BE PERFORMED The Vendor will source and procure, on the new or used market (as appropriate), as expeditiously as possible, all materials necessary to provide electrical and data utilities to each office container indicated in the task order(s). This will include but is not limited to; distribution panels/equipment, disconnects, cable/wire terminations, insulators, conduit, electrical and data transmission wiring/cable, mounting hardware for attachment to poles and office containers, and durable suspension devices (poles, stanchions, braces etc ). The overhead wiring/cabling will be installed in compliance with all utility, industry, VA and electrical code standards. The Vendor will install these utilities to the approval of the VA assigned COR (Contracting Officer s Representative) and other VA Subject Matter Experts (SMEs), such as Electricians and Engineers. The COR will have final approval of the installation before it is considered complete and satisfactory. Additional Requirements: Provide a minimum of two complete sets of any available Operations and Maintenance manuals (or a valid digital/file link in PDF format, via email) for the new electrical supply controls and equipment. DELIVERABLES - The Contractor will submit to the COR for approval: Cut sheets and other available manufacturers information regarding the equipment proposed for installation. Any other technical/documentary information available. Statements of condition and suitability for any used materials procured for this work. Available SDS s, as appropriate. Activity Hazard Analysis (AHA) for the project. Provide for review and approval: A Safety Plan that is task-specific (lock out/ tag out if appropriate, lowering, lifting, or positioning equipment etc ); available training records (OSHA, etc ) for workers performing tasks on site; OSHA training records for the Vendor s on-site managers. Provide Operations and Maintenance (O&M) information for all equipment provided under this contract. The O&M shall include any available manuals for maintenance, installation, and repair of the equipment; cut sheets for all materials used on the project. Equipment certification(s), and recycling/disposal documentation must be provided to the Contracting Officer Representative for review, acceptance, and retention by the VA GEMS Coordinator. Provide utilities for the specified number of office containers (three {3} for this task order) to the following location; The rear elevation of Building 1, at the alley between Buildings 1 and 18. Specific locations are depicted in the PDF site plan furnished with this task order. Other Considerations for the Proposal All applicable NFPA, OSHA, EPA, and VA codes, Federal, State, and local regulations shall be followed throughout the course of this project. Applicable VA publications and design manuals are available to the successful bidder at (www.va.gov/facmgt - link is no longer viable). Allow VA two weeks for the review of submittals when planning schedules. VA personnel familiar with the facility's physical plant and structures will be available during the field investigations. It is expected that the Contractor will view the site and verify all information necessary for the development of the work plan. All waste, scrap and debris, used or generated by the Vendor in this undertaking, shall be transported from the work site in covered containers. Such material shall be recycled or disposed of at a suitable, off-site location, at the Vendor s expense. Any work potentially impacting life safety shall be scheduled a minimum of two weeks in advance. This includes, but is not limited to, any work involving lifting (crane) operations, and any work that will be close to a building or building exit. VA shall provide timely review, correction and approval of Safety Plans submitted by the Vendor. Construction activities are not to interfere with patient care or the operation of this facility. Hot Work Permits (for welding, brazing, soldering, torch cutting, grinding etc ) are to be applied for, in advance of the work, through the COR. Penetration permits for any wall or slab penetrations shall also be required. If the work plan includes requirements for respirators, fall prevention, hazardous materials, lockout / tagout, or confined space entry, then the Contractor s written programs must be included in the documentation. All hazardous materials must be submitted for review and approval by the Medical Center before they can be brought on site. Wherever possible, it is anticipated that the least hazardous materials available will be used. These will be reviewed by the COR & appropriate VA Personnel. Contractor vehicles, including those of their employees, not actively engaged in delivery and installation of the utilities, are to be parked in areas designated by the COR instructions will be provided, in advance, as necessary. Smoking is not permitted anywhere on Campus. Work shall occur during normal administrative hours (7:00 AM to 4:30 PM, M-F, Holidays excluded). Off hours activity must be review and approved in advance through the COR. All travel cost associated with this contract are to be included in the contract cost. Additional cost will not be given to the Contractor for what they deem out of scope. COR must be immediately notified of any condition discovered through this contract that could result in extended duration of disrupted service. Additional approval by the COR and finally the CO before additional services may be provided. All vendor technicians performing work on site must report to Facility Service in Building 6 to the contractor badge check in/out room to sign in on the contractor log and get a Contractor badge. Badges must be returned, and log signed out prior to departing the premises. Vendor shall then coordinate with the COR prior to performing their work.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2f74c14ccf784da484fff429b30eca52/view)
 
Place of Performance
Address: Manchester VA Medical Center 718 Smyth Road, Manchester 03104
Zip Code: 03104
 
Record
SN06793997-F 20230818/230817085802 (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.