Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOURCES SOUGHT

J -- Replace Switchgear Sources Sought Notice

Notice Date
5/25/2023 6:57:09 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q0725
 
Response Due
6/1/2023 12:00:00 PM
 
Archive Date
07/31/2023
 
Point of Contact
David Valenzuela, Contract Specialist, Phone: 603-624-4366
 
E-Mail Address
david.valenzuela2@va.gov
(david.valenzuela2@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238210, (Electrical Contractors and Other Wiring Installation Contractors) with a size standard 19 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing replacement of communications messengers at the West Haven VAMC per the Statement of Work below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 3:00 PM EST, 1 June, 2023. All responses under this Sources Sought Notice must be emailed to david.valenzuela2@va.gov with Sources Sought #36C24123Q0725 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 Draft Statement of Work with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 Draft Statement of Work VA Connecticut Healthcare System Electric Shop Replacement of Communications Messengers in Building 19 Scope: High Priority request to replace failed Communication Messengers in the 13,800-volt Switch Gear in Building 19 Description of services: 1. ABB will provide Field Engineering services to perform the list of tasks below for the VA Hospital West Haven. This proposal provides for one (1) field engineer for 2 mobilizations. The first mobilization is for one (1) eight-hour overtime day(s) to be scheduled outside of normal M-F business hours or on a Saturday. The second mobilization is for one (1) eight-hour straight time day(s) to be scheduled during normal M-F business hours. If additional time is desired, a Change Order will be issued. The following equipment and work scopes are included: a. Work scope Included: i. 1st Mobilization 1. Travel to customer site on an after-hours or Saturday basis and remove (3) Messengers from spare breakers in other Entellisys lineups at the site. 2. Install messengers in place of the failed ones in the Combined Heat & Power Plant. ii. 2nd Mobilization 1. Supply 3 replacement messengers 2. Install (3) Qty. 3- Replacement Messengers (ETSMSGR00) in place of ones removed from the spare breakers during the first mobilization. Field Services Report / Documentation included. Deliverables All materials needed to repair and replace failed communication Messengers Purchase (3) Qty. 3- Messengers (ETSMSGR00) Facility Support: VACT will receive Materials in Warehouse if needed VACT Electric Shop will aid with isolation of any necessary Electrical feeds and LOTO Procedures VACT Electric Shop will Provide Escort and access to all Areas Justification for Services: These Services are required to ensure the FMS Electric Shop Personnel s Safety by restoring the capability to remotely operate these Medium Voltage Breakers. At this time the Breakers can only be Manually Operated from the front panel of the Breaker which is in the Arc Flash Zone which could result in Extreme Personal Injury or Death. Privacy and HIPAA: Contractor policies and procedures shall comply with all VA Privacy and Security, the Privacy Act and Health Insurance Portability and Accountability Act (HIPAA). Records Management: Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/daafd75e9a0047f7917261fac8ddf6a4/view)
 
Place of Performance
Address: See SOW.
 
Record
SN06695489-F 20230527/230525230119 (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  © 1994-2020, Loren Data Corp.