Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2024 SAM #8207
SOURCES SOUGHT

Z -- IDIQ Low Voltage Wiring and Devices - Minneapolis VAHCS

Notice Date
5/15/2024 11:55:17 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26324Q0771
 
Response Due
6/7/2024 8:00:00 AM
 
Archive Date
09/14/2024
 
Point of Contact
Nicholas Lynch, Contract Specialist, Phone: 402-995-6920
 
E-Mail Address
nicholas.lynch@va.gov
(nicholas.lynch@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 Page 5 of 9 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 9 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. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation 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 $19 Million. The Department of Veterans Affairs (VA), Network Contracting Office 23 (NCO 23) is seeking to identify any vendor capable of providing the installation of low voltage wiring the Minneapolis VAMC per the Statement of Work below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement 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 perform the services are invited to submit a response to this Sources Sought Notice by 10:00 AM CST, June 7, 2024. All responses under this Sources Sought Notice must be emailed to nicholas.lynch@va.gov with Sources Sought # 36C26324Q0771 in the subject line. 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. 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. 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 RFI. 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: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (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 or VOSB status shall be registered and verified on Small Business Administration's VetCert registry https://veterans.certify.sba.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 Draft 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. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Page 9 of 9 Attachment 2 STATEMENT OF WORK Low Voltage IDIQ Contract Introduction: Low voltage installation and modifications are an ongoing requirement throughout the Minneapolis Veterans Health Care System (MVAHCS). This contract will be awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) contract that has 5 ordering periods Task orders will be placed as needed. Objectives: Initiate a low voltage installation/maintenance contract with a contractor that can keep up with the demand for low voltage installation projects at the MVAHCS. This contract will include, but not limited to, the installation of category 6 & 6A cable, data ports, 120 volt power receptacles and associated hardware. Statement of Work: Contractor will provide all materials, equipment and labor to complete each task order. Each task order will vary in size and dollar amount. Proposals and quotes will be based on installed price in accordance with Price/Cost Schedule. Only one Mobilization Fee will be authorized per task order issued. The Contractor shall provide a one (1) year warranty on the labor, parts and materials. All penetrations must be sealed with fire stop or fire caulk per National Fire Protection Agencies (NFPA) regulations. All new installation from the source to point of use shall be done within current raceways, cable trays or conduit/Electrical Metallic Tubing (EMT/MC) when/where available. Where these items are not available, the Contractor shall provide these items and install the cabling within them. New raceways shall be cable basket tray. Submit cut sheets to Contracting Office Representative (COR) prior to installation of raceways. Free air cabling is not permitted for the main cable runs unless approved by the MVAHCS Facilities Engineering Department located in BR 138. Any variations not specified in the contract must be approved prior to starting the work by the MVAHCS COR or Facilities Engineering Department located in BR 138. Additional materials and services not outlined in the SOW must obtain prior approval from the assigned Contracting Officer (CO) before proceeding. Technical Requirements must meet the standards put forth in the Department of Veterans Affairs Electrical Design Manual for New Hospitals, Replacement Hospitals, Ambulatory Care, Clinical Additions, Energy Centers, Outpatient Clinics, Animal Research Facilities, Laboratory All installations will be completed in accordance with Minneapolis Veteran Affairs Specifications listed below: 07-84-00 Fire Stop low voltage. 26-05-19 Low Voltage Conductors 26-27-26 Wiring Devices 27-05-11 Requirements for Communication installations 27-05-33 Raceways and boxes for communication systems 27-12-00 Telecommunications cabling and expansion. The above specifications can be found at: https://www.cfm.va.gov/til/dManual/dmElec.pdf https://www.cfm.va.gov/til/spec.asp Working hours: Working hours will typically be between 6:00am and 5:00pm Monday through Friday. Additional hours may be required in the event patient care would be interrupted. After hours, Weekends, Holidays will be for emergencies only. Observed Federal Holidays: New Year s Day Martin Luther King Birthday Washington s Birthday Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day Submittals: Contractor will need to submit cut sheets with their proposal for all materials used to complete low voltage installations. Deliverables: Data Cable Test results for each task order. Safety: Contractor is responsible for maintaining a safe working environment for their employees as well as the MVAHACS Staff. Work areas will be kept cleaned throughout the day and all trash and demolished materials properly disposed of daily. Contractor must comply with hospital security and safety controls in order to minimize impact to patient care safety and security. If required, patient care areas will require a minimum of 48 hours notification prior to performing work in order to relocate patients to another location. Infection Control Risk Assessment (ICRA) and Interim Life Safety Assessments (ILSA) will need to be completed by VA staff prior to the beginning of the work. A fully extended portable cube must be in place when moving or removing ceiling tiles. A tight seal between the cube and the ceiling must be maintained before performing the task. Security: The Contractor shall comply with Minneapolis VA security, access and badging requirements. Employees must be able to pass a background check so they can obtain a Tier level 1 PIV Security access badge. Contractor s employees will submit fingerprints and all documents required documents within 5 business days of Notice to Proceed (NTP) or award date of contract. Contract personnel assigned to this contract must pass a background investigation. Background investigations will be completed, and access badges acquired via coordination with the COR prior to any work being done on VA property by any contractor or subcontractor personnel. Each technician working on-site at any of the MVAHCS locations will be bonded. Technicians will be escorted by MVAHCS representative with proper security clearance unless background investigations and Annual Security Awareness Training and Rules of Behavior (SAT/ROB) are completed, and Contractor is following Special Directive 6500, Information Security Program. Contractor s Technicians are required to sign in/out for each communication closet they access. Contractor s Technicians are required to check in with the COR upon arrival at facility to obtain access and basic instructions, task explanations and project location information. Daily performance log sheets are required to be submitted to the CO and COR daily. The logs will provide information about location and progress that has been made. Parking/Storage: Parking is available in parking lots 11, 43A and 43B for vehicles (automobiles and Pickup trucks). Larger vehicles, equipment, job site trailers or storage containers must utilize parking lot 43A only. Contractor s contact information (name and phone number) is required to be displayed on all vehicles, equipment, trailers or containers that are stored overnight at the MVAHCS. Dropping off tools and materials at the loading dock is permitted but no parking is allowed in the loading dock area. Unattended vehicles parked in unauthorized locations will be ticketed by the MVAHCS Police. END
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aa20c5951342405a9463bc010210c1b1/view)
 
Record
SN07065914-F 20240517/240515230053 (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.