DOCUMENT
J -- (S)(660) Electrical Switchgear PM & Testing - Attachment
- Notice Date
- 3/1/2016
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25916N0223
- Response Due
- 3/8/2016
- Archive Date
- 6/15/2016
- Point of Contact
- Robert Woolfolk II
- E-Mail Address
-
.woolfolk3@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HUBZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Network Contract Office (NCO) 19 is seeking a potential qualified contractor to provide the following: DRAFT STATEMENT OF WORK (SOW) Preventive Maintenance and Testing of Campus Electrical Distribution and Switchgear VAMC NETA (InterNational Electrical Testing Association) Testing The contractor shall furnish all necessary labor, equipment, supplies, and supervision to perform Preventive Maintenance and Testing of Campus Electrical Distribution and Switchgear VAMC NETA Testing. This requirement is to meet all performance criteria as set apart in VHA Directive 1028 for Electrical Power Distribution Systems testing. Equipment to be tested includes all attached equipment utilizing a 3 year testing rotation as referenced in Directive 1028 equipment and schedule excel spreadsheet. (PLEASE EMAIL CONTACT LISTED TO RECEIVE ATTACHMENT - Equipment and Schedule Excel Spreadsheet) Contractor shall meet the following technical criteria: "NETA 4 Must be on site for Supervision "NETA 3 Technicians for Forman "NETA 2 Minimum for testing "Current NFPA 70E Training for each year of service "OSHA 10 for Technicians "OSHA 30 for Supervisors "Current First aid and CPR Certifications "Current calibration certifications on all Testing Equipment that is used "A list of 20 references from Hospital Type facilities for related work "Provide all Proper PPE for all levels of work to be Performed The contractor shall provide records of all testing and deficiency and will create a deficiency report with estimated cost of repairs within 14 days of completion of testing. All coordination of work to be performed is paramount as this work must be completed within a maximum 48 hour period per year. PMs to be completed shall be in accordance with manufacturers specifications. To minimize downtime of critical hospital functions Contractor shall report immediately any deficiencies compromising safety or function to the POC or designee for immediate evaluation of repair. Contractor shall maintain a two hour callout radius for emergency response to electrical emergencies should tested or repaired equipment fail. (PLEASE EMAIL CONTACT LISTED TO RECEIVE ATTACHMENT - Equipment and Schedule Excel Spreadsheet) END OF DRAFT STATEMENT OF WORK Important information: The Government is not obligated to, nor will it pay for, or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The anticipated NAICS code is: 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business size standard of $7.5 million. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. If your organization is capable of providing these services and is interested in this opportunity, please respond to Robert Woolfolk II, Contract Specialist, Department of Veterans Affairs, NCO 19 via e-mail only at robert.woolfolk3@va.gov with a capabilities statement. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published. The deadline for this information is 3:00 PM Mountain Time, Tuesday March 8, 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25916N0223/listing.html)
- Document(s)
- Attachment
- File Name: VA259-16-N-0223 VA259-16-N-0223.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2589440&FileName=VA259-16-N-0223-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2589440&FileName=VA259-16-N-0223-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-16-N-0223 VA259-16-N-0223.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2589440&FileName=VA259-16-N-0223-000.docx)
- Place of Performance
- Address: Salt Lake City Health Care System;500 Foothill Drive;Salt Lake City, UT
- Zip Code: 84148-0001
- Zip Code: 84148-0001
- Record
- SN04035208-W 20160303/160301234420-b74eb16b4e2419c6ed7b9db5eeb11fe2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |