SOURCES SOUGHT
J -- Sources Sought Notice Closes 4-18-25
- Notice Date
- 4/7/2025 8:47:15 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24525Q0443
- Response Due
- 4/18/2025 7:00:00 AM
- Archive Date
- 06/17/2025
- Point of Contact
- Bill Pratt, Contracting Officer, Phone: 410-642-2411
- E-Mail Address
-
Billie.Pratt@va.gov
(Billie.Pratt@va.gov)
- Awardee
- null
- Description
- SUMMARY: Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this request for sources sought notice in order to identify vendors that are interested in and capable of providing contractor services. For a contractor that can provide Preventative Maintenance for the Dental Services Amalgam collectors. For the Washington DC VAMC and 2 CBOCs. STATEMENT OF WORK Need: The Washington DC VA Medical Center VISN 05 located at 50 Irving Street NW, Washington DC 20422. has the need for the following requirement, the service shall encompass needed Preventative Maintenance for the Dental Services Amalgam collectors. This requirement will include 3 locations: Prince Georges County Community Based Outpatient Clinic (CBOC) located at 5801 Allentown Road, Suites 104 and 106, Camp Springs, MD 20746-4563. Charlotte Hall CBOC located at 29640 Three Notch Rd, Charlotte Hall, MD. The main campus, Washington DC VA Medical Center 50 Irving St NW, Washington, DC 20422. Scope Of Work: Provide all labor, parts, and equipment to perform the needed Preventative Maintenance for the Amalgam collectors located at the sites mentioned above in the Need Statement. Upon award the contractor shall coordinate the service with the COR or the designated Point of Contact (POC) representing the VA. Contractor shall replace the Amalgam collectors and ensure the collection system is in good condition to include but not limited to leaks. All work shall be performed adhering to all safety regulations applicable. The contractor shall schedule the CBOCs first, locations are reflected in the bullet points above in the Need statement. The technician will complete the service at the CBOCs and prepare the used collectors so that he/she can bring them to our main facility � located @ 50 Irving St NW, Washington, DC 20422. The third and final location for this service will be the main campus of the Medical Center at � 50 Irving St NW, Washington, DC 20422. Your technician will meet with either the COR or the VA s designated POC complete the service at the Medical Center. After the service is complete, your technician can leave the prepared used collectors from all 3 locations for return with the labels and manufactures instructions for shipping the waste with the COR or the designated POC. me or my designee. CONFORMANCE STANDARDS: Service shall ensure that the equipment functions in conformance with the following latest published standards/codes/specifications/regulations to include, but not limited to: Joint Commission for the Accreditation of Healthcare DC VAMC Engineering Service Standard Operating Procedures American National Standards Institute (ANSI) NFPA 1, NFPA 101 GENERAL CONDITIONS AND DEFINITIONS: VA: Veterans Affairs. COR: Contracting Officers Representative. VA employee of VAMC Facilities and Engineering Service officially assigned to act as a Project Manager and Inspector on behalf of VAMC and the Contracting Officer. COR shall be First Point of Contact on all matters concerning contract work for subject Project. ICRA: Infection Control Risk Assessment. An ICRA form must be filled out and signed by Infection Control personnel prior to any work coordinate with COTR. ILSM: Interim Life Safety Measures. Any series of Operational Actions taken to temporarily reduce hazards posed by Life Safety deficiencies which have been created by demolition, renovation, or construction works, and which are to remain in place and in effect for duration of Contract work. PROVIDE: Whenever used throughout the Scope of Work, term Provide is to be understood to mean Purchase newly manufactured; Furnish delivered to VAMC work site in protective containers; Secure from tampering or theft; and Install in accordance with Contract Scope of Work, Drawings, Specifications and Manufacturer s Instructions all required items of administrative submittals, labor, demolition, construction, equipment items, and installation works for entirety of Contract. LISTED: Products are required by codes and standards to be� listed� by a Nationally Recognized Testing Laboratory (NRTL) such as UL (Underwriters Laboratories). The NRTL s test and certify products to ensure safety and compliance with the testing standards. Equipment, materials, or services included in a list published by an organization that is acceptable to the authority having jurisdiction and concerned with evaluation of products or services, that maintains periodic inspection of production of listed equipment or materials or periodic evaluation of services, and whose listing states that either the equipment, material, or service meets appropriate designated standards or has been tested and found suitable for a specified purpose. ENVIRONMENTAL PROTECTION: A series of operational actions taken to temporarily reduce the hazard posed by life safety deficiencies created during and until completion of construction. INTERIM LIFE SAFETY MEASURES: A series of operational actions taken to temporarily reduce the hazard posed by life safety deficiencies created during and until completion of construction. APPLICABLE SPECIFICATIONS: Specifications applicable: Contractor shall perform a site visit, assess the requirements in the scope and assure installation meets all standards including but not limited to the manufacture listed instructions and the National Electrical Code latest edition. Required Specifications for this project are: Install wiring and equipment outlined in this scope, meeting standards as mentioned. Interested & Capable Responses:� Must respond with the following information. 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 Washington DC VA Medical Center. Please respond to this RFI/Sources Sought 36C24525Q0443 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 by 10:00 AN (ET) Monday, April 18, 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
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2ad458421bbd4fbdb5bb7d04202f018e/view)
- Place of Performance
- Address: Department of Veterans Affairs Washington DC VA Medical Center 50 Irving Street, Washington, DC 20422, USA
- Zip Code: 20422
- Country: USA
- Zip Code: 20422
- Record
- SN07400180-F 20250409/250407230055 (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 |