SOURCES SOUGHT
J -- Blanket Purchase Agreement for Electrical Services
- Notice Date
- 7/11/2024 10:40:46 AM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24124Q0727
- Response Due
- 7/17/2024 9:00:00 AM
- Archive Date
- 09/15/2024
- Point of Contact
- Rosangela Pereira, Contract Specialist, Phone: 401-273-7100
- E-Mail Address
-
Rosangela.Pereira@va.gov
(Rosangela.Pereira@va.gov)
- Small Business Set-Aside
- VSA Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
- 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. If a solicitation is issued it shall be announced at a later date, and all interest parties must respond 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, (J059) 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 Electrical Services at VAMC Providence per the Performance Work Statement 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 Wednesday EST, 17 July, 2024. All responses under this Sources Sought Notice must be emailed to Rosangela.Pereira@va.gov with RFI #36C24124Q0727 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. 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 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 PERFORMANCE WORK STATEMENT 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 PWS. 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 Performance Work Statement Electrical Services General This is a Blanket Purchasing Agreement (BPA) for electrical inspection, maintenance, and repair services that can be used to issue individual Task Order (TO) for service to every VA Medical Center (VAMC) in Providence, RI. Place of Performance Department of Veterans Affairs VAMC Providence 830 Chalkstone Avenue Providence, RI, 02908 Harwood Research Center 385 Niagara Street Providence, RI 02907 New Bedford Community Based Outpatient Clinic (CBOC) 175 Elm Street New Bedford, MA 02740 Period of Performance Five (5) years from date of issuance. The PWS details the basic requirements of the BPA. There is no guarantee of work orders to be placed off the BPA. Work may be ordered off the BPA on a TO basis, generally of either a job or annual basis with defined work requirements. The contractor will be required to provide 24/7 response to electrical problems. The vendor will provide all labor, transportation, materials, apparatus, tools, equipment and permits necessary for the work. Additional, related work not specified below may be ordered by the CO, at their discretion. No work outside of that detailed in this work description performed will be paid for by the VA without the express, prior written authorization of the CO. No funding is guaranteed by the award of a BPA. The CO may appoint a Contracting Officer Representative (COR) to coordinate and oversee the work on behalf of the VAMC. Tasks While each TO s specified work may vary, the general tasks that may be ordered using the resulting BPA include: General electrical work Work incidental to the performance of requested electrical work Inspections of electrical and power systems Installation, repair, and testing of electrical components and systems. Emergency response services. Preventative maintenance services. Other services related to the above tasks. Work Report Requirements The contractor shall provide reports detailing the status of the serviced items, any deficiencies, and actions taken to correct identified deficiencies to the COR. The COR may also require the contractor to complete additional reports to meet facility standards, at no additional cost to the VAMC. Work Standards The following conditions to apply to the electrical work ordered (as appropriate): The contractor shall be able to repair and maintain electrical outlets, switches, electrical equipment, data drops and terminations, defective wiring and electrical panel boxes and disconnects, transformers, lighting systems, kitchen and medical equipment, emergency generators, Automatic Transfer Switches (ATS), UPS equipment and systems. The contractor shall be able to install electrical wiring, switchgear, outlets, circuit breaker panels, data drops and terminations, disconnects, lighting fixtures, fans, motors, and other medical equipment and devices. The contractor shall be able to work on 480/220/120 voltages and low voltage direct current systems. All work performed and supplies used must meet State and Federal electrical codes. Contractor must have a valid Master Electrical license and for each project will have at least one Journeyman electrician on site at all times. The contractor shall comply with all applicable Federal, State, and Department of Veterans Affairs regulations pertaining to safety, environmental protections, traffic control, and fire prevention. VAMC Work Conditions The technician s service visit shall be scheduled in advance with the permission of the COR. Technicians who show up without prior permission may be turned away at the fault of the vendor. When the technician arrives at the VAMC to perform the work, the technician shall check in with the COR and follow their directions in performing the work in accordance with VAMC standards. The government retains the right to refuse entry to the VAMC to any personnel for any or no reason. Work Hours Routine working hours are from 7:00 AM EST to 4:30 PM EST weekdays. This may vary by VAMC, and if so, will be specified in individual TOs. National holidays are excluded from routine working hours. Scheduling must be coordinated in advance with the COR of the ordering VAMC. Response Times The vendor should expect to provide (at the longest) a 5-day response time to have a qualified technician at the requesting site and ready to work for routine hour work requests. Emergency response capability must be available by the vendor. A 4-hour response time from when a COR initiates the call for service to having a qualified technician at the requesting site and ready to work for emergency requests is required. Infection Control Contractor shall conform to the infection control measures as specified in individual TOs. Reasonable pricing adjustments that result from elevated infection control measure costs will be considered on the TO quote evaluations. Security Requirements The contractor shall comply with all security regulations imposed by the ordering VAMC, as articulated by the COR and VA Police. Any needed security clearances shall be obtained prior to commencement of work. Transportation, Handling, and Storage The contractor shall coordinate with suppliers and shippers to ensure that incoming materials are properly identified with the contractor s information. The contractor shall designate an authorized individual to be available to receive shipment. The VAMC warehouse facilities are not the shipping point and are not available for Contractor s use, without the CO s prior, written approval. On-site storage will have to be coordinated with the VAMC s COR. The CO will not authorize payment for any issues or damages arising from the receipt of materials not properly handled in accordance with these terms. Cleanup and Disposal of Debris and Fill Materials At the end of each workday, the contractor shall clean up the work and storage areas and stack all materials in a manner approved by the COR. Upon completion of a project, the contractor shall ensure that all dirt, trash, and debris resulting from the construction operations are removed from the work area. Unless directed otherwise in the TO, disposal of debris shall be made at the contractor s expense and shall be delivered to a state-approved disposal site located off the VAMC grounds. Debris shall not be left in such a manner that wind or other weather conditions can cause the debris to be scattered outside the work area or inside the facilities via local foot traffic. Quality Assurance The COR shall monitor contractor performance quality, and the COR s feedback will inform the performance evaluations created by the CO. Key items the COR will watch for include, but are not limited to: response timeliness, technician preparation and readiness to perform the work, the quality of the work performed, professionalism of the technicians, and compliance with contract and facility requirements. The COR shall inform the CO of any performance deficiencies. If the CO finds the complaint to be valid, he shall give the contractor an opportunity to correct the deficiency (at no additional cost to the VA). If correction is not made by the contractor, the CO may authorize payment of less than the invoiced amount for services rendered and retains the right to exercise all other legal remedies. The contractor shall provide at least a 1-year manufacturer s warranty on all parts and labor. The VAMC will not pay for travel and shipping costs associated with any warranty repairs. Those costs shall be borne by the contractor. Parts may be purchased and provided for use by the VA. Parts purchased by the VA and used by the contractor but is found to have latent deficiencies will be exempt from this warranty requirement. Ordering Individual TOs will be issued on an as needed basis during the period of performance specified. The TOs will be issued based on proposals from the contractor that are developed from scopes of work provided by the VAMC COR. If that quote represents best value to the government, the CO will issue a TO to the contractor for acceptance. Any services to be furnished under this contract will be ordered by issuance of TOs by the individuals or activities designated in this contract. Any Federal Contracting Officer, at the locations specified in the solicitation, or as approved in writing by the issuing office Contracting Officer, is authorized to issue orders under the BPA contract within the individual s warrant levels. Orders may be issued from date of contract award until the last day of the BPA period of performance. The Government reserves the right to unilaterally modify the contract to incorporate any future statutory changes. All TOs are subject to the terms and conditions of this contract. In the event of conflict between a TO and this contract, the contract will govern. The Government reserves the right to incorporate additional clauses, as appropriate, into individual TO solicitations and awards. The COR may also request the contractor s quote, but the COR is not able to issue a TO or commit funding from the government. The contractor s quoted price shall be written using the agreed-to pricing included in the underlying BPA terms. Materials may be provided by the VAMC, or the contractor may be asked to purchase the materials. TO invoices shall be submitted electronically and paid by direct deposit. Contractor shall have the ability to accept credit card orders. The COR may use the credit card to order work within the limitations of the GPC program. The services to be furnished under this contract will be ordered by issuance of TOs by the CO for eligible VAMCs. Any properly-warranted federal Contracting Officer in NCO1 is authorized to issue orders from the BPA for service within VAMC Providence. All TOs incorporate the terms and conditions of the BPA. The Government reserves the right to incorporate additional clauses and terms as appropriate into individual TO solicitations and awards. TO Quote Structure For each TO request by the CO, the vendor shall prepare a quote using the pricing information detailed in the Price/Cost Schedule. The vendor will show how many hours are anticipated to be used at what hourly rate, the wholesale material cost to the vendor, the material cost mark-up based on the agreed-to %, the mobilization fee, and the final price. Each TO will be firm-fixed price, so the vendor will provide their best estimate in the initial quote. Should actual cost of performance exceed the estimate, no additional funding will be provided by the VA. Should the actual cost of performance be less than the estimate, the vendor shall invoice for the full amount. Should the VA prevent the vendor from performing the agreed-to service, the vendor is entitled to full payment. Should the vendor not perform the service at their own direction, the vendor shall not be paid and may receive legal sanctions from the CO. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought notice are not considered adequate responses for a solicitation announcement. Responses to this sources sought/RFI are due by 12 PM EST time on July 17, 2024. Responses to this notice shall be submitted via email to Rosangela.Pereira@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately from the responses to this request for information. 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 NAICS code for this requirement is 238210 and a small size standard of $19,000,000.00.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d38ee6be15b2430fbca0b9606ccec1b5/view)
- Place of Performance
- Address: Department of Veterans Affairs VAMC Providence 830 Chalkstone Ave, Providence 02908, USA
- Zip Code: 02908
- Country: USA
- Zip Code: 02908
- Record
- SN07125725-F 20240713/240711230123 (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 |