Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2023 SAM #7863
SOURCES SOUGHT

Z -- Hines Information Technology Center Facility Maintenance

Notice Date
6/6/2023 8:10:14 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
SAC FREDERICK (36C10X) FREDERICK MD 21703 USA
 
ZIP Code
21703
 
Solicitation Number
36C10X23Q0175
 
Response Due
7/5/2023 9:00:00 AM
 
Archive Date
09/03/2023
 
Point of Contact
and Shawn Johnson (shawn.johnson6@va.gov), Michael Silva (michael.silva3@va.gov), Phone: (202) 820-4025
 
E-Mail Address
Michael.Silva3@va.gov
(Michael.Silva3@va.gov)
 
Awardee
null
 
Description
The mission of the Department of Veterans Affairs (VA), Office of Information & Technology (OIT), Service Delivery and Engineering, Enterprise Operations (EO), and Data Center Operations (DCO), Hines Information Technology Center (HITC) is to provide benefits and services to Veterans of the United States. In meeting these goals, OIT strives to provide high quality, effective, and efficient information technology (IT) services to those responsible for providing care to the Veterans at the point-of-care as well as throughout all the points of the Veterans health care in an effective, timely and compassionate manner. HITC processes data that is considered a lifeline to Veterans and constant availability of that data is crucial. The emergency electrical power system is critical to the readiness objective of this mission. Only the highest standard of competency and workmanship will be accepted to perform this important task. The HITC facility is responsible for ensuring the data center will not experience any power loss of services under any circumstance, the facility operates twenty-four hours a day, seven days a week, and three-hundred-sixty-five days a year (24/7/365).   The facility maintenance contractor is responsible for the general maintenance of the facility and any associated repair of building and system components. REQUEST FOR INFORMATION: This is a REQUEST FOR INFORMATION only. Pursuant to FAR Part 10.002(b)(2)(iii) and (viii) (Market Research), the purpose of this notice is to: 1. Determine the commercial practices of companies engaged in providing the needed service; 2. Determine feasibility of use of General Services Administration (GSA) Federal Supply Schedule (FSS) Pursuant to FAR Part 8, FAR Part 12, FAR Part 13, and/or FAR Part 15; and 3. Determine availability of Service Disabled Veteran Owned Small Business (SDVOSB) and VOSB set aside pursuant to FAR Part 19 This notice in no way obligates the Government to any further action. Requirement: This notice is issued by the Department of Veterans Affairs (VA), Strategic Acquisition Center, Frederick, MD (SAC-F), to identify sources capable of providing the services described in both the attached DRAFT Blanket Purchase Agreement (BPA) Performance Work Statement (PWS) and Call Order PWS. THERE IS NO SOLICITATION AT THIS TIME If your organization has the potential capacity to perform these services through a contract with VA, please provide the following information: Submission of Information: All responses must be submitted to Michael Silva (michael.silva3@va.gov) and Shawn Johnson (shawn.johnson6@va.gov) by 12:00PM EST, on or before Wednesday July 5, 2023 with a Subject line of ""HITC Facilities RFI Response"". Responders will receive an electronic confirmation acknowledging receipt of a response, but will not receive individualized feedback on any questions. If your company has the potential capability to perform these contract services, please respond to this Request for Information by providing a capability statement. The number of pages is limited to a total of 25 pages; size shall be no greater than 8 1/2"" x 11"". The top, bottom, left and right margins shall be a minimum of one inch each. Font size shall be no smaller than 12-point. Times New Roman fonts are required. Samples in item 12 below are exempt from page and font requirements and size limitations. The Capabilities Statement must include the following information: 1. Provide a brief corporate profile of your company. Information in this profile should include: Organization name; UEI; Organization's website; Contact Name; Contact Telephone; Contact E-mail address. 2. Business Size (Large, Small, SDVOSB/VOSB, etc.) NAICS code is 561210, if believed a better NAICS code is suitable please indicate which one and why. 3. If applicable, GSA Schedule/Contract Number, schedule and SIN category. 4. Describe governance in terms of contractor oversight and management necessary to ensure quality of deliverables and contract performance expectations. 5. Describe how you address quality management and continuous process improvement. 6. Describe what factors would affect your pricing model based on the in-scope services for this initiative. 7. Describe what specific additional information about scope requirements are required to provide an informed and competitive solution. 8. Are the objectives clearly defined? Do you understand what the VA requires? If not, what information needs to be added, changed and/or reworded? List any questions and concerns you have regarding this notice and the draft documents. 9. Would having a site survey of the Hines Facility be useful before solicitation? 10. For vendors that are SDVOSB, are you able to perform 51% of the work of the BPA and its call orders? 11. For systems/equipment that require certified technician, do you have the capability to obtain the required certified technician to perform maintenance and repairs? 12. For certified work, are vendor able to get SDVOSB to perform the work? Or does the vendor need to go to large business for this work? 13. For Maintenance, repairs and emergency repairs, do you have the capability to provide all necessary equipment, tools, and materials to perform all potential projects? Are you able to include other materials cost as part of a T&M rate? 14. For none Emergency Repairs, are you able to respond to call order within 24-48 hours? 15. For potential repairs identified as part of General Maintenance, are you able to provide rough order magnitude (ROM) within 1 week? 16. For Attachment 1 Table Systems and Equipment, are you able to provide standard maintenance required for the OEM items that do not have weblinks identified? Disclaimer: Site Survey will be limited to those contractors that response to this RFI. This Request for Information is for market research purposes only and does not constitute a Request for Quotation. It is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided. No basis for a claim against the Government shall arise from a response to this Request for Information or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Request for Information, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised, the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Request for Information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/55bf3df40d77498294472c1bda043fd2/view)
 
Place of Performance
Address: Office of Information & Technology (OIT) Hines Information Technology Center (HITC), 500 South 5th Avenue, Hines, IL 60141, USA
Zip Code: 60141
Country: USA
 
Record
SN06706431-F 20230608/230606230124 (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.