Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2023 SAM #7824
SOURCES SOUGHT

J -- 575 Replace VFD for Pumps (VA-23-00035675)

Notice Date
4/28/2023 8:54:38 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25923Q0462
 
Response Due
5/4/2023 1:00:00 PM
 
Archive Date
06/03/2023
 
Point of Contact
Chris Hollingsworth, Contract Specialist, Phone: (303)217-5724
 
E-Mail Address
chris.hollingsworth@va.gov
(chris.hollingsworth@va.gov)
 
Awardee
null
 
Description
This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information. If your company is interested, please read this notice entirely and submit the required information, as requested herein. replacement of Variable Frequency Drives (VFDs) for the chiller plant pumps. Grand Junction VA Medical Center, Grand Junction CO BRIEF SCOPE OF WORK (This is for information only) Scope of Work: Provide labor, materials, equipment, and technical support to demolish existing VFDs and install new VFDs. Survey site. Existing conditions drawing provided. Assess drawings and provide recommended changes. Order 2x Traditional Bypass Panel (NEMA rated VFD). Basis of design VFD is Danfoss VLT HVAC Drive FC 102. Shall be a electromechanical bypass. Shall be capable of handling 200 HP motors. Shall be NEMA rated 4 or better. Compatible with TRANE software. Shall be 480 V. Shall have heat sink access. Shall fit in existing enclosures. Phasing shall be 1 VFD Traditional Bypass Panel installed at a time. Reuse existing conduit. Install junction box above panel. Pull additional wire to provide power to bypass panel (VFD). Approximately 9 feet of wire per VFD. Demolish existing VFDs, 1 at a time. Install J-box, VFDs and enclosure 6 inches from barrier on aluminum supports. Inside existing enclosures. Fill any remaining holes in concrete. Period of Performance. The period of performance shall be from the date of award and completed within 10 days of award for steps 1-3. Steps 4-9 shall be 40 days when parts arrive. The Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel, as well as subcontractor efforts used in performance of this effort. The Contractor s management responsibilities shall include all activities necessary to ensure the Accomplishment of timely and effective support, performed in accordance with the Requirements contained in the statement of work. The work will be performed for the following locations: Grand Junction VAMC 2121 North Ave Grand Junction, CO 81501 IMPORTANT NOTE: This RFI (Request for Information) is for information only. No award will be made from this RFI. QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) OEM certified technicians to perform services with unrestricted access to the facility during inclement weather, as well as immediate access to OEM software updates. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507. Please communicate via e-mail to chris.hollingsworth@va.gov by 4:00 PM EST on May 4, 2023 as to your company s ability to perform service per this brief Scope of Work. If interested, please provide the following: Provide company s capability statement describing ability to provide preventative maintenance services as outlined above Please state your company s business size in relation to above NAICS Code and provide your socio-economic category if applicable Please provide your UEI number If you have an FSS/GSA contract that includes this service Provide FSS/GSA contract number if applicable Indicate whether your company will self-perform services or state whether a third-party service provider will be utilized to provide the required services (note: Limitations on Subcontracting FAR 52.219-14, VAAR 852.219-74, 852.219-75, 852.219-77) If a subcontractor will be utilized, provide their company name, socioeconomic category, and UEI Only written responses, to items 1 through 7 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp To become a CVE-verified VOSB or SDVOSB visit https://www.vip.vetbiz.va.gov/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fa050a203ada401db577b2806df3db7d/view)
 
Place of Performance
Address: Grand Junction VA Medical Center 2121 North Ave, Grand Junction 81501, USA
Zip Code: 81501
Country: USA
 
Record
SN06666492-F 20230430/230428230114 (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.