SOURCES SOUGHT
J -- PM for Automatic Doors at Nashville VA
- Notice Date
- 1/19/2024 1:12:25 PM
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- 249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
- ZIP Code
- 37129
- Solicitation Number
- 36C24924Q0124
- Response Due
- 1/25/2024 8:00:00 AM
- Archive Date
- 02/09/2024
- Point of Contact
- Michael McCarthy, Contract Specialist, Phone: 615-225-6889
- E-Mail Address
-
michael.mccarthy5@va.gov
(michael.mccarthy5@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a Sources Sought notice 36C24924Q0124. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Background: The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of the Nashville VA Medical Center is conducting market research through this sources sought notice to seek sources to identify potential experienced businesses that are capable of meeting the requirements per the Statement of Work (SOW) below. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 238290 and the size standard is $22 million. NOTE: Respondent claiming SDVOSB and VOSB status must be verified in VetCert, Veteran Small Business Certification (sba.gov) BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET ASIDE FOR SDVOSB, VOSB, AND SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. STATEMENT OF WORK TN Valley Repair, Maintain, Inspect Automatic Doors, 1310 24th Avenue South, Nashville, TN 37212. 1. INTRODUCTION AND SCOPE OF WORK: Furnish all labor, parts, material, inspections, cleaning, lubrications, adjustments, and repair and replacement components necessary to maintain the operation of the automatic doors listed herein for the periods specified. 2. The listing of Automatic Doors is as specified in Attachment A. 3. Preventive Maintenance is required on a semiannual basis, as approved between the contractor and COR, preferably in January and June. 4. Hours of Coverage: Work shall be performed during the hours of 7:00 a.m. to 3:30 p.m., Monday through Friday. Emergency Services: Will be requested on a per-call basis during normal work hours of 7:00 a.m. to 3:30 p.m. Emergencies are anything the COR deems an emergency. The following listing may be considered emergency but is not all-inclusive: (a) Entrance or exit is unsafe. (b) Doors cannot be closed and secured (c) Anything deemed by the COR to be a security problem. (d) Safety mat or hold open device is inoperative Normal Business hours coverage (7:00 am to 3:30 p.m.) Monday through Friday, excluding holidays is required. All preventive maintenance will be performed during normal hours of coverage unless requested or approved by the COR or his designee. Federal Holidays observed by the VAMC are: New Year's Day Martin Luther King Day Presidents' Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans' Day Thanksgiving Day Christmas Day If the holiday falls on a Sunday, Monday will be the holiday. If a holiday falls on a Saturday, Friday will be the holiday. 5. The majority of main parts must be available in sufficient quantity to ensure normal routine replacements. 6. Personnel Qualifications: Maintenance must be performed by a qualified technician experienced in the repair and maintenance of automatic doors. Personnel must be fully trained and experienced to maintain the various types of doors specified herein. 7. References: Standards of operation must meet factory tolerance specifications at all times (100%). 8. During semiannual inspections the service technician must be accompanied by the Maintenance Supervisor or a designee thereof and report to room E06 to coordinate the work to be performed. Phone at present is 615-873-6893 A signed service ticket will be submitted to the COR. Payment will not be made until a service ticket is submitted. Service ticket shall provide the following information: Name of Contractor. Name of Field Service Engineer performing maintenance/repairs. List of doors and/or repairs. As specified in ""Attachment A"" Date and time of arrival and departure. VA purchase order number(s) covering the call (for the contract or one provided for authorized work performed outside normal hours of coverage or not covered by the contract). List of parts replaced. Description of problem reported by COR/user (if applicable). Signatures: a. Field Service Engineer b. COR or designated representative. 9. PAYMENTS AND ADDITIONAL CHARGES PAYMENTS: Invoices will be paid In Arrears on a semi-annual basis. The Contractor shall submit invoices using the OB10 system. Invoices SHALL INCLUDE, at a minimum, the following information: Contractor name, purchase order number, period of service the billing covers, and list of equipment items covered during the stated period of service. 10. REPORTING REQUIRED FOR SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but not later than twenty-four (24) hours after discovery, notify the CO and the COR, IN WRITING of the existence or the development of any defects in, or repairs required to the schedule of equipment which the Contractor considers not to be responsible for under the terms of this contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. Anticipated period of performance: 2/29/2024 2/28/2029. Capability statement /information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a product and related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc,) according to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to michael.mccarthy5@va.gov with the subject line ""Sources Sought Notice # 36C24924Q0124 by 10:00 a.m. CST on 1/25/2024. Any questions should be emailed to michael.mccarthy5@va.gov. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/19fa1bea156a40c5a5eff3c38fd77c7f/view)
- Place of Performance
- Address: 1310 24th Avenue South,, Nashville, TN 37212, USA
- Zip Code: 37212
- Country: USA
- Zip Code: 37212
- Record
- SN06940504-F 20240121/240119230049 (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 |