Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2025 SAM #8450
SOURCES SOUGHT

J -- IT Systems & Equipment PM&R | CCTV/Security | Intrusion Detection/Video Surveillance

Notice Date
1/13/2025 8:22:26 AM
 
Notice Type
Sources Sought
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0274
 
Response Due
1/20/2025 11:00:00 AM
 
Archive Date
03/06/2025
 
Point of Contact
Angelamarie Scott, Contracting Officer, Phone: (412) 822-3776
 
E-Mail Address
Angelamarie.Scott@va.gov
(Angelamarie.Scott@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT NOTICE only. Responses to this notice will be used for information and planning purposes. No quotes are being requested or accepted at this time with this notice. The Department of Veterans Affairs, Lebanon VAMC, has a requirement for necessary labor, equipment, additives and materials necessary to provide maintenance, and repairs to the existing Premisys Access Control System, the Airship Video Surveillance System and Honeywell Vista Intrusion Detection Systems in use by the Corporal Michael J. Crescenz Veterans Affairs Medical Center (CMJCVAMC) at the 3900 Woodland Avenue, Philadelphia, Pa. 19104 and it s supporting Community Based Outpatient Clinics (CBOC s). Potential Sources shall respond with their ability to provide these services as outlined in the draft SOW (Attachment 1). The North American Industry Classification System (NAICS) code being considered for this procurement is 561621, Facilities Support Services, and the Product Service Code (PSC) J063 Maintain, Repair, Rebuild of Equipment-Alarm, Signal and Security Detection Systems Services. The Small Business Size Standard is $15 million. Responses to this notice should include the following: 1. Company name 2. Data Universal Numbering System (DUNS) number 3. Company s address, 4. Point of Contact information (i.e. title, phone number and email address) 5. Company s capability to meet this requirement and any pertinent information which demonstrates the company s ability to meet the above requirements and certifications. 6. GSA Federal Supply Schedule contract number, if within scope of this effort (if applicable). 7. Company s type of business (small or large) and socioeconomic status whether Service Disable Veteran Owned, Veteran Owned, Hubzone, 8(a), Women Owned, Small Disadvantaged, etc. If applicable, Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must be verified in www.VetBiz.gov. Response should provide enough information to determine if the vendor can comply with the limitations on subcontracting as defined in VAAR 852.219-74 and all applicable CFR references where applicable. All responses shall be submitted in writing via email no later than 2:00 PM (ET) 1/20/2025 to Angelamarie Scott at angelamarie.scott@va.gov . Simply responding as an interested party in www.fbo.gov does not constitute your company as a source. Offeror must provide the above requested information. After review of the responses to this sources sought notice, a solicitation announcement may be published on the FBO website in the near future. Responses to this sources sought announcement are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the forthcoming solicitation announcement, in addition to responding to this sources sought notice. All interested parties must be registered with System for Award Management (SAM) at https://beta.sam.gov in order to be eligible for award of Government contracts. 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. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ea39e5e5681141e0a4da54bcbbed7b82/view)
 
Place of Performance
Address: Corporal Michael J. Crescenz VA Medical Center 3900 Woodland Avenue, Philadelphia 19104
Zip Code: 19104
 
Record
SN07311390-F 20250115/250113230101 (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.