SOURCES SOUGHT
J -- SOURCES SOUGHT NOTICE - REPLACE EXISTING ELECTRICAL STEP DOWN TRANSFORMER - PERRY POINT VA MEDICAL CENTER 512-25-1-444-0006
- Notice Date
- 1/14/2025 10:52:09 AM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24525Q0236
- Response Due
- 1/30/2025 7:00:00 AM
- Archive Date
- 03/31/2025
- Point of Contact
- Contracting Officer, Bill Pratt, Phone: 410-642-2411 ext. 22230
- E-Mail Address
-
Billie.Pratt@va.gov
(Billie.Pratt@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is posting this Source Sought Notice in order to identify vendors that are interested in and capable of providing contractor services. To remove and replace and existing 4160V to 480V electrical step-down transformer rated at 750kVA output. For the Perry Point VA Medical Center. DESCRIPTION OF WORK: Location: Perry Point VA Medical Center Bldg. 23H 361 Boiler House Rd Perry Point, MD 21902 GENERAL SCOPE: Replacement Building 23H Transformer. The Contractor shall provide all supervision, labor, materials, and equipment to remove and replace and existing 4160V to 480V electrical step-down transformer rated at 750kVA output. Remove and properly dispose of existing transformer. Oil contents have been sampled and have been provided for information. Provide disposal manifest for disposal of transformer and oil contents. The transformer will be replaced in a single 10-hour shutdown starting at 7am at a date mutually agreeable to the VA and contractor. Contractor shall provide equipment labor, and materials for all aspects of the removal and replacement process. Contractor shall thoroughly investigate all existing conditions and submit a written narrative plan for replacement. Extension of concrete pads, verification of safe work distances, and rerouting of conduit and raceway as necessary for installation shall be the responsibility of the contractor. Contractor shall have in their possession all reasonable materials, spares etc. for the work to take place in a single shift. All raceways, wiring, connectors, grounding devices etc. shall be onsite prior to starting work with provisions for reasonable contingencies. Contractor shall provide an activity hazard analysis of the work activity and shall provide proper personal protective equipment to all contract staff involved in work activities. The VA will de-energize the primary side of the existing transformer at the start of a planned outage. Verification of voltage and safe grounding for work to commence shall be the responsibility of the contractor. Contractor to provide NETA testing of all wiring connections and extensions prior to re-energizing the new transformer during the planned 10-hour outage. VA will re-energize new transformer after work activities are completed and all safety checks have been completed. SAFETY PRECAUTIONS: A. The Contractor shall comply with all applicable Federal, State, and local legal requirements. regarding workers health and safety. The requirements include but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA and MOSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities, and shall ensure safe and healthful working conditions for its employees. B. Contractor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property, reference NFPA 241 and 29 CFR 1926. C. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially with regard to exits and exit way access. Utility shutdowns shall not compromise security, communication, or fire safety for occupants. D. No flammable liquids shall be stored or used in the medical center. E. The necessary number and appropriate types of portable fire extinguishers are required per National Fire Protection Association (NFPA) 10 and NFPA 241. F. The Contractor shall request, from the COTR a permit for all cutting, welding, and soldering. All permits shall be prominently displayed during all construction. G. All necessary precautions shall be taken by the contractor to prevent accidental activation of any existing smoke detectors or sprinkler heads. MUST PROVIDE CAPABILITIES STATEMENT AND ANSWER SUBCONTRACTING QUESTIONS. SEE NEXT PAGE FOR DETAILS. Interested & Capable Responses:� NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Martinsburg VA Medical Center. Please respond to this RFI/Sources Sought 36C24525Q0236 with your: Business name (including Unique Entity ID (SAM.gov)� � Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and� � Person of contact (including telephone number & email address).� � � Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities.� � Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS)� Brief Summary of categories of services that your company can/cannot provide.� Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable)� Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response:� � � Do you intend to self-perform this effort?� If you are located outside the immediate area, how will you self-perform?� Or do you intend to subcontract work under this contract?� If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting?� � Response Instructions:� Responses must be submitted NLT 10:00 AM (ET) January 30th, 2025. Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov. This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.).� VA assumes no responsibility for any costs incurred as a result of a vendor s attendance to the Site-Visit nor the preparation of responses submitted as a result of this notice. Bill Pratt Contract Specialist VHA, NCO 5 Billie.Pratt@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8a4847080b0a4aae999e5a0c1925fdee/view)
- Place of Performance
- Address: Department of Veterans Affairs Perry Point VA Medical Center BLDG 23H 361 Boiler House RD, Perry Point, MD 21902, USA
- Zip Code: 21902
- Country: USA
- Zip Code: 21902
- Record
- SN07312887-F 20250116/250114230134 (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 |