SOURCES SOUGHT
J -- SERVICE MAINTENANCE REPAIR SIMPLEX GRINNELL 4100U NETWORK FIRE MONITORING SYSTEM
- Notice Date
- 6/25/2020 10:39:14 AM
- Notice Type
- Sources Sought
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24620Q0685
- Response Due
- 6/30/2020 11:00:00 AM
- Archive Date
- 07/10/2020
- Point of Contact
- Leah Trossen, Branch Chief, Phone: 757-728-7152
- E-Mail Address
-
Leah.trossen@va.gov
(Leah.trossen@va.gov)
- Awardee
- null
- Description
- This Sources Sought Notice is not a formal request for proposals or quotes. No formal solicitation document exists at this time. The government will not reimburse participants for any expenses associated with their response to this notice. The Department of Veterans Affairs, Network Contracting Office (NCO) 6, Regional Procurement Office (RPO) East, is in the process of planning a requirement for Fire Inspection, monitoring and repair of the fire suppression systems. in support of the Durham Veteran Affairs Medical Center (VAMC), 508 Fulton St, Durham, NC 27705. This potential requirement may be for a base period of 12 month plus four additional 12-month option periods. The applicable NAICS Code is 561621 Security Systems Services( Except Locksmiths) with a size standard of 20.5 milliom. The VA is seeking written responses to assist with identifying potential sources that are interested in, and capable of, providing the services described. The Durham VAMC is seeking a vendor to providing inspection, testing, maintenance and repair of Fire Alarms, as defined herein. Contractor must be able to provide and is licensed to work on the Simplex- Grinnell 4100U Network system. The fire alarm system at Durham VAMC is a microprocessor-based system using a Life-Safety software program which was specifically designed by SimplexGrinnell for Multiplex Systems. The basic program is retained in Erasable Programmable Read-Only Memory (EPROM) and is executed from a Random-Access-Memory (RAM) to allow password protected field editing by factory trained authorized personnel. Contractor shall have access to Original Equipment Manufacturer (OEM) parts and software. Trained technicians shall perform maintenance and repair of panel functions, auxiliary and monitoring functions, and all accessible peripheral devices listed and currently connected to the facility Fire Alarm per applicable NFPA standards. The contractor shall have two (2) National Institute for Certifications in Engineering Technology (NICET) Level 2certified individuals and at least one (1) certified Level 3 person. Certification shall be provided to the VA prior to award of contract. Contractor shall be licensed for all services. Contractor shall provide local, regional, and factory service support Company must certify it is able to work on the Simplex Grinnell 4100U Network Fire System Please review the information contained herein and identify whether your company has the capability and interest to provide the services described herein. Vendors who submit incomplete responses will be considered unresponsive. Capability statement that demonstrates the firm s ability to meet the above requirement, which includes: Company Name: Company Point of Contact Name: Company Point of Contact Email: Company Point of Contact Phone: Company DUNS Number: Company GSA schedule ( if applicable ) under which these services can be purchased: Describe briefly the capabilities of your company and the nature of the goods and/or services you provide relative to the requirement . Is your company interested in subcontracting this opportunity? If so, describe in detail what part or parts of this requirement that your company is capable of performing. Also provide the CAGE code and DUNS number for all proposed subcontractors. Describe your company's past experience on previous projects similar in complexity to this requirement, and include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Pricing Information: If available, please attach a price list for the requested services to illustrate typical pricing in the marketplace. Do not attach a quote or offer. The price list is for market research purposes only and will not be used to make an award. Company eligibility for set-asides under the following small business programs: Vets First Program Service Disabled Veteran-owned small business Vets First Program Veteran-owned small business 8(a) Business Development Program participant HUBZone small business Economically Disadvantaged Woman-owned small business Woman-owned small business Small business To be eligible for a VA SDVOSB or VOSB set-aside, the firm must be verified in the VA s Office of Small Business Utilization s (OSDBU) Veteran Information Pages (VIP) database at https://www.vip.vetbiz.va.gov/ as an SDVOSB or VOSB at the time the firm submits its quote to the VA. Additional information on VA s Veterans First Contracting Program can be found on OSDBU s website at https://www.va.gov/osdbu/verification/. In addition, the SDVOSB/VOSB must qualify as a small business under SBA s regulations. The Government reserves the right to contact any respondent and/or respondent reference to obtain additional information. At this time, no solicitation exists; therefore, please do not request a copy of the solicitation. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for market research purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined. It is the potential vendor s responsibility to monitor the Contract Opportunities website at https://www.beta.sam.gov for release of any future amendments or solicitation that may result from the sources sought. Vendors having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this sources sought notice via e-mail to the Contract Specialist, no later than June 30, 2020 @ 2:00pm est. Responses shall be emailed to: leah.trossen@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6dc8531e2c8241e1abccdddadb8aacc7/view)
- Place of Performance
- Address: DURHAM VAMC 508 FULTON STREET DURHAM 27705, USA
- Zip Code: 27705
- Country: USA
- Zip Code: 27705
- Record
- SN05703722-F 20200627/200625230155 (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 |