Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOURCES SOUGHT

W -- Office Containers FOR Additional Office Space.

Notice Date
9/21/2023 7:13:56 AM
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q1075
 
Response Due
9/25/2023 1:30:00 PM
 
Archive Date
10/15/2023
 
Point of Contact
Contracting Specialist, Kathryn Avent-Ortega, Phone: 757-728-7127
 
E-Mail Address
kathryn.avent-ortega@va.gov
(kathryn.avent-ortega@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Sources Sought Notice VA New England Healthcare System Manchester VA Medical Center 718 Smyth Road Manchester, NH 03104 Sources Sought Notice for three (3) Office Container Units leasing for 12 months This is a Sources Sought notice and not a request for quotes. This request is solely for the offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Source Sought Notice. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the service requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, please provide the following information that address the requirement as described below: Company Name DUNS / UEI Number Point of Contact Capability statement Verification of field service engineer experience Verification ability to provide services to the Complicity System Verification of experience working with electrical power distribution systems both normal and emergency power. Please send your information to kathryn.avent-ortega@va.gov Statement of Work VAMC Manchester NH Campus Delivery & Installation of 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 come from the Vendor unfurnished (re: no furniture etc ) VAMC Manchester will appropriately appoint these units with furniture from our inventory. The aggregate costs for these units will include delivery, leveling, routine maintenance provided by the Vendor (IAW the lease agreement) and removal (return freight) at the end of the term prescribed in the lease agreement. DESCRIPTION OF WORK TO BE PERFORMED The Vendor will deliver the agreed upon office container units to the locations specified herein. The Vendor will level the units to the approval of the VA assigned COR (Contracting Officer s Representative), by both length and width. The Vendor will furnish suitable dunnage for leveling these units estimates of ground elevation/pitch for each installation site will be furnished to the Vendor by the COR, prior to delivery. 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 units, to include the HVAC, electrical and data utilities. Ensure all exterior and interior damage is thoroughly documented and furnished prior to delivery this should include photographs. The COR will perform an assessment prior to acceptance of the installation VA will not be deemed responsible for such damage as identified at the time of delivery. DELIVERABLES - The Contractor will submit to the COR for approval: Cut sheets and other manufacturers information regarding the units proposed for installation. This will include the container itself, electrical panels and connections, heating and cooling units, and any other information available. 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, positioning, and leveling the units, 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. All equipment certification, and recycling/disposal documentation must be provided to the Contracting Officer Representative for review, acceptance, and retention by the VA GEMS Coordinator. Provide the specified number of office containers (three {3} for this task order) to the following locations; The Building 5 alley in the Northeast corner of Parking Lot W5 place 1 20lf container at the end of and against the granite sidewalk curbing, door(s) to open North & onto the sidewalk; The Building 5 alley in the Northeast corner of Parking Lot W5 place 1 40lf container at the West end of the 20lf container, and against the granite sidewalk curbing, door(s) to open North & onto the sidewalk; The Building 4 alley in the Northeast corner of Parking Lot W5 (East of Building 4) place 1 40lf container adjacent to the sidewalk, door(s) to open West toward Building 4; 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, dunnage 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 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 not actively engaged in delivery and setup of the office containers, including those of their employees, are to be parked West of Building 2 instructions will be provided 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. There will be one opportunity to visit the facility to review site conditions. PERFORMANCE REQUIREMENTS All service work shall be scheduled in advance and completed during normal hours (7am-4:30pm) as well as WHEN hours when notified and approved by the VA Medical Center. All labor rates will comply with applicable Davis-bacon Wage Rate Determinations by the Department of Labor. 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/c6fad9bb7b69414d988cb34fad13a109/view)
 
Place of Performance
Address: VA New England Healthcare System Manchester VA Medical Center 718 Smyth Road, Manchester, NH 03104, USA
Zip Code: 03104
Country: USA
 
Record
SN06841391-F 20230923/230921230535 (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.