Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 28, 2023 SAM #7975
SPECIAL NOTICE

J -- INTENT TO SOLE SOURCE | AVIDITY SCIENCE | BASE YEAR +4 | HUNTINGTON VAMC (581)

Notice Date
9/26/2023 3:29:28 PM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24524Q0024
 
Response Due
10/6/2023 10:00:00 AM
 
Archive Date
10/21/2023
 
Point of Contact
Kenneth K. McNeill, Contract Specialist, Phone: 240-215-8883
 
E-Mail Address
kenneth.mcneill@va.gov
(kenneth.mcneill@va.gov)
 
Awardee
null
 
Description
WATCH DOG SERVICES ACQ-PLAN: 36C245-23-AP-3092 ICAP #:581-24-1-506-0001 SOLICITATION #: 36C24524Q0024 STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION The VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 has a requirement to have the Watch Dog monitoring system in Bldg. 23R tested and calibrated. A.2 BACKGROUND The Watch Dog system is an extremely important in monitoring temperature, humidity, air changes per hour, etc. in the animal storage rooms. Ensuring this equipment is operating optimally is extremely important to the Research Department. A.3 SCOPE OF WORK Vendor will provide all labor, material, equipment, tools and supervision necessary to meet the Statement of Work below. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Tasks to be accomplished: Vendor will annually provide all labor, materials, equipment, tools, and supervision to complete the project. Vendor will annually run diagnostic test on all equipment and calibrate per manufactures guidelines to ensure optimal performance. Scope of Work Customer Name: HERSHEL WOODY WILLIAMS VAMC Customer Location: 1540 SPRING VALLEY DR HUNTINGTON, WV 25704 Product Service Equipment Annual Interim Category Level Quantity Visits Visits Equipment Description Servers Basic without parts 1 1 0 HP 026 / 027 / 028 / 029 Server Accessories Basic without parts 1 1 0 Smart Box - Watchdog/LP Basic without parts 1 1 0 UPS - All Environmental Processor & Controller Basic without parts 9 1 0 Local Processor Basic without parts 1 1 0 Environmental Sentry Panel (ESP) Sensor Basic without parts 30 1 0 Sensor Module 3 Basic without parts 9 1 0 Air Flow Transducer (Watchdog LP) Basic without parts 3 1 0 Differential Pressure Transducer (Watchdog LP) Light Control Basic without parts 2 1 0 Single Level Light Relay (LP) Basic without parts 7 1 0 Dual Level Light Relay (LP) Basic without parts 7 1 0 Light Tap Switch Access Control Basic without parts 7 1 0 Mag. Lock Sgl w/All Switches (Std or Z-Brkt) Basic without parts 7 1 0 PTE Switch (Use w/Elec. Strike of Door Back) C.1 Place of Performance The VAMC located at 1540 Spring Valley Drive, Huntington WV 25704 C.2 Period of Performance Work must begin by 10/1/23 due to the nature the needed repair but no later than 1 week after receiving the Notice to Proceed. Repairs can be coordinated with the VAMC Maintenance & Operations Supervisor who can be reached via the following contact information. Base Year: 10/1/23 9/30/24 1st Year: 10/1/24 9/30/25 2nd Year: 10/1/25 9/30/26 3rd Year: 10/1/26 9/30/27 4th Year: 10/1/27 -9/30/28 Mike Dawson Maintenance & Operations Supervisor Hershel Woody Williams VAMC, Huntington, WV P: 304-429-6755 ext. 2384 C.3 Special Considerations C.3.1 Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material and labor to conduct work as listed in the Statement of Work above. The work will include all items as described in the Scope of Work listed above. C.3.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. C.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type work. C.3.4 Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job. C.3.5 Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub- contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order. C.3.6 The Contracting Officer s Representative (COR) is responsible for the inspection of the work called for in this job. The Contracting Officer s Representative will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. C.3.7 The Safety Manger is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. C.3.8 Drawings General. Contract drawings (if applicable) will indicate the extent and location of work. If any departure from the contract drawings are deemed necessary by the Contractor, the details of such departure and the reasons therefore shall be submitted to the Contracting Officer for approval as soon as practical. No such departure shall be made without proper written permission of the Contracting Officer. The Contractor is responsible for all information and requirements in drawings and specifications that pertain to the task order. C.3.9 Verification of Dimensions The Contractor shall visit the job site to thoroughly familiarize himself with all the details of the work and working conditions. The Contractor shall also verify all dimensions in the field and shall advise the Contracting Officer of any discrepancy before performing any work. The Contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing and ensure the safety of employees and workmen. C.3.10 Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings. C.3.11 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds. INTENT TO SOLE SOURCE THIS IS AN INTENT TO SOLE SOURCE ANNOUNCEMENT AND IT IS FOR INFORMATION & PLANNING PURPOSES ONLY; IT IS NEITHER A SOLICITATION ANNOUNCEMENT, NOR A REQUEST FOR INFORMATION, PROPOSALS OR QUOTES AND DOES NOT OBLIGATE THE GOVERNMENT TO AWARD A CONTRACT. IF A VENDOR RESPONDS TO THIS INTENT TO SOLE SOURCE, THE VENDOR WILL NOT RECEIVE A RESPONSE. THE PURPOSE OF THIS INTENT TO SOLE SOURCE ANNOUNCEMENT IS FOR MARKET RESEARCH, IN ORDER TO MAKE APPROPRIATE ACQUISITION DECISIONS, AND TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESSES, VETERAN OWNED SMALL BUSINESSES, 8(A), HUBZONE AND OTHER SMALL BUSINESSES WHO STATE THEY ARE CAPABLE OF PERFORMING THE WORK. IN THE EVENT THAT A VENDOR DISAGREES WITH THIS SOLE SOURCE, THEN DOCUMENTATION OF TECHNICAL EXPERTISE MUST BE PRESENTED IN SUFFICIENT DETAIL FOR THE GOVERNMENT TO DETERMINE THAT YOUR COMPANY POSSESSES THE NECESSARY FUNCTIONAL AREA EXPERTISE AND EXPERIENCE TO COMPETE FOR THIS ACQUISITION. **Required if Response is Given** ALL RESPONDENTS SHALL INCLUDE and SUBMIT THE FOLLOWING: Responses to this INTENT TO SOLE SOURCE shall include company name, address, point of contact, phone number, point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 811210, (size standard of $34m, per SBA Table of Small Business Size Standards 2022) AND whether your company is a special socio-economic status (i.e., SDVOSB, VOSB, Small Business, HUBZone, etc.). Respondents shall answer the following questions: 1. Size, status, and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Small Business (SB), Large Business, etc. 2. Is your company considered small under the NAICS code identified under this ISS? (Size standard of = or < $30M, per SBA Table of Small Business Size Standards 2022) 3. Is your company a large business? 4. Does your company have an FSS contract with GSA or the VA NAC or a GWAC contract holder with any other federal agency? If so, please provide the contract number. 5. If your company holds a FSS GSA/VA NAC contract other federal GWAC contract holder, are the services requested available on your schedule/contract? 6. General pricing of your products is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Information provided by potential sources will be utilized by the Government to determine market availability and procurement strategy. **A contract award will not result from this ISS Notice. Vendors who can meet the requirements listed above shall provide the following information: Business Name Business Address Business Point of Contact, including phone number and email address Business size Business Socioeconomic Status Federal Supply Scheduling (FSS) number, if the items required by the Government are available for purchase on an FSS contract. Any other pertinent capability information that relates to the above stated requirement. 7. ***WILL YOUR COMPANY BE DOING ALL OF THE WORK? IF NOT, WILL YOUR COMPANY BE SUB-CONTRACTING OUT THE WORK? ***MUST ANSWER*** a. Do you intend to self-perform this effort? b. If you are located outside of the state of Maryland, West Virginia, Virginia, Washington DC, Delaware, how will you self-perform? Or, do you intend to sub-contract the work under these requirements? c. For SDVOSB/VOSB vendors: If you intend to subcontract the work under this contract, how will you ensure compliance with the limitations of sub-contracting clause VAAR 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction?
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/be7847c52f3940f29de73cba4d3fb2fc/view)
 
Record
SN06845075-F 20230928/230926230056 (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.