Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2020 SAM #6786
SOURCES SOUGHT

J -- SPE 659-20-3-6049-0405 REPLACE STEAM HEADER $8985.00 PND 06/01/2020

Notice Date
6/26/2020 11:29:58 AM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24620Q0689
 
Response Due
6/30/2020 7:00:00 AM
 
Archive Date
07/10/2020
 
Point of Contact
Michael Eskarous, Michael Eskaros, Phone: 757-315-3935
 
E-Mail Address
michael.eskaros@va.gov
(michael.eskaros@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 Steam Header Repair in support of the W. G. Hefner Medical Center, 1601 Brenner Ave. Salisbury, NC 28144. The requested services include all equipment, labor and material to: Replace Steam Header Isolation Valve with 4 POWELL 1503FC8GXXX 150# CS RF GATE VLV w/GRAPHITE PACKING AND GSKT. Remove and dispose of existing 4 isolation valve. Reconfigure piping to eliminate leak and allow for installation of replacement valve. Provide and install new isolation valve. Provide and install new gaskets and bolt kits related to isolation valve. The period of performance is 7 days after receiving of order. The applicable NAICS Code is 238220 Steam fitting contractors with a size standard of $15.0 Million. The VA is seeking written responses to assist with identifying potential sources that are interested in, and capable of, providing the services described. 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 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 current 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). What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9001, AS9100, etc.). Pricing Information: If available, please attach a price list for the requested services to illustrate typical pricing in the marketplace for this type of service. 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 FEDBIZOPPS website at https://www.fbo.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 30 June 2020 at 10:00 AM EST. Responses shall be emailed to: michael.eskaros@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5b19404c6b534e1e948097e8a3ae3528/view)
 
Place of Performance
Address: W. G. Hefner Medical Center, 1601 Brenner Ave, Salisbury 28144
Zip Code: 28144
 
Record
SN05705147-F 20200628/200626230152 (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.