Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

J -- Maintenance on Metasys Building Automation System

Notice Date
2/16/2023 10:36:17 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26123Q0372
 
Response Due
2/23/2023 5:00:00 PM
 
Point of Contact
Krystal Zoufaly, Phone: 9169234304
 
E-Mail Address
krystal.zoufaly@va.gov
(krystal.zoufaly@va.gov)
 
Description
THIS IS NOT A SOLICITATION. This is a Sources Sought Notice only and is issued to conduct market research and gain knowledge of current market capabilities. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or a guarantee to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future amendment. The Department of Veterans Affairs, Network Contracting Office 21, is conducting a market survey to identify potential sources to perform a firm fixed price contract as follows: DESCRIPTION OF REQUIREMENT (NOT COMPREHENSIVE) Contractor shall provide all tools, equipment, parts, software, labor, and expertise to provide maintenance services on a Johnson Controls Inc. Metasys� Building Automation System currently installed at VA Reno. LIST SPECIFIC CONTRACTOR REQUIREMENTS/QUALIFICATIONS IF APPLICABLE: The contractor shall provide weekly services on the Metasys� BAS The contractor shall provide training on the Metasys� BAS for maintenance and repairs The contractor shall be a Johnson Control Inc. licensed and certified technician The contractor shall provide all the original equipment manufacturer (OEM) parts and software to complete the maintenance services Please see the attached drafted Performance Work Statement (PWS) for details. Capabilities Statement and Documentation: Companies are invited to provide their capabilities, experience and knowledge in the provision of maintenance services for Metasys� Building Automation System at VA Reno. Sources are asked to provide information to demonstrate their answers to the following items of information: 1. General information about your company to include: Company Name: Company Address: Socioeconomic Status: GSA Contract Number and Expiration Date (if applicable): Company UEI: Company NAICS Code(s): Point of Contact Name: Point of Contact Phone Number: Point of Contact Email Address: Company Website (if available): 2. The North American Industry Classification System Code (NAICS) is 811310, and the Small Business Size Standard is $11,000,000. 3. Provide a summary of your firm�s ability to provide the services described in this announcement. Specifically, provide or explain how your company can provide Johnson Control Inc. trained and certified technicians and provide the required software and hardware to complete all the maintenance services. In addition to a Capability Statement, submissions can include specifications, brochures, and manuals as attachments. Submit responses via email to krystal.zoufaly@va.gov no later than 5:00pm PT on 02/23/23 with Sources Sought number 36C26123Q0372 in the subject line. Telephone responses will not be accepted. The government will not provide feedback in response to vendor questions about the requirement at this time. If you identify ambiguities or have concerns about anything in the draft Performance Work Statement, however, please include them with your response. Prospective Contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete electronic annual representations and certifications in SAM prior to award of a contract. SAM is located at https://sam.gov/SAM/ and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO cost to use SAM. No solicitation document is available at this time; this notice is to acquire information only.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f64da4c4d1d1480aa75dfeab0a617e18/view)
 
Place of Performance
Address: Reno, NV 89502, USA
Zip Code: 89502
Country: USA
 
Record
SN06594545-F 20230218/230216230119 (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.