DOCUMENT
J -- VA Project: 640-18-143 Replace & Modernize Elevators, Bldg 62 - Attachment
- Notice Date
- 5/2/2018
- Notice Type
- Attachment
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
- ZIP Code
- 94553-4668
- Solicitation Number
- 36C26118R0548
- Response Due
- 5/16/2018
- Archive Date
- 7/15/2018
- Point of Contact
- Dennis Becker
- E-Mail Address
-
.becker2@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 238290, Other Building Equipment Contractors, and the small business size standard is $15.0M. Per VAAR 836.204, the project magnitude is between $2,000,000 and $5,000,000. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Description of Services: Project purpose is for a qualified elevator contractor to replace and modernize existing elevators in Building 62 at the VA Livermore Campus. Key components of project include: Replace elevator controllers with new digital closed loop control system. Provide new microprocessor group dispatching with destination dispatch to replace existing conventional dispatch system Replace elevator drive system from motor generator to new Insulated Gate Bipolar Transistor (IGBT) regenerative drivers. Replace door operator system to new closed loop door operator system. Replace existing car and hall fixtures. Elevator design shall include tailored VA specifications 14 21 00 and 14 24 00. In addition elevator design shall be in accordance with VA PG 18-10 (Elevator Design Manual) Dated 1 March 2018, applicable federal, California, County, and industry design guides. The Government requests that interested parties provide the following capability information to the Contracting Officer, Dennis Becker by email at: dennis.becker2@va.gov by close of business 16 May, 2018: 1. Firm Name and contact information. 2. Business Size (Large/Small) based on NAICS Code: 238290. 3. Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUBZone, etc.) 4. DUNS number and CAGE 5. Provide your ability and experience in successfully managing projects between $2,000,000 and $5,000,000 in the past three (3) years. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives noted above. 6. List no more than four (4) projects (Government and Commercial) that are similar in scope and size. 7. Specifically state your firms experience to replace and modernize elevators with the components identified above. 8. Bonding Capability; per contract and aggregate. Provide amount of aggregate bonding currently available (i.e. amount not committed). Provide prime contractor s available bonding capacity in the form of a letter of intent from your bonding company with this submission. Interested parties shall not submit more than 8 single-sided, type-written pages. Published literature may be any number of pages. The Government will use this information when determining its business type decision, and any business set-aside determinations. This synopsis is not to be construed as a commitment by the Government and no contract will be awarded as a direct result of this Sources Sought announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118R0548/listing.html)
- Document(s)
- Attachment
- File Name: 36C26118R0548 36C26118R0548.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4274429&FileName=36C26118R0548-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4274429&FileName=36C26118R0548-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118R0548 36C26118R0548.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4274429&FileName=36C26118R0548-000.docx)
- Place of Performance
- Address: 4951 Arroyo Road;VA Livermore Campus;Livermore, CA
- Zip Code: 94550-9650
- Zip Code: 94550-9650
- Record
- SN04908192-W 20180504/180502231106-f2fe1578d4f5738d067e75f890a8b383 (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 |