Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
DOCUMENT

J -- Boiler Plant Calibration Service - Attachment

Notice Date
6/16/2017
 
Notice Type
Attachment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;1495 Wilmington Drive, Suite 360;DuPont WA 98327
 
ZIP Code
98327
 
Solicitation Number
VA26017Q0259
 
Response Due
3/27/2017
 
Archive Date
4/6/2017
 
Point of Contact
york.barrett@va.gov
 
E-Mail Address
york.barrett@va.gov
(york.barrett@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to York Barrett, york.barrett@va.gov. Interested firms should notify this office, as early as possible, but not later than June 21, 2017. All firms shall list their name, address, phone number, point of contact, and type of business. Any questions can be directed to York Barrett, Contract Specialist, at (253-888-4922. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. This Sources Sought announcement is for the Spokane Veterans Affairs Medical Center located at: 4815 N. Assembly Street Spokane, WA. 99205 A draft copy of the Statement of Work is attached to this notice. GENERAL DESCRIPTION of the services to be performed: The purpose of this requirement is to provide a Boiler Plant Tuning and Calibration Service. This is a Non-Personal Service. The designated NAICS Code is 561790-Other Services to Buildings and Dwellings. Size: A Statement of Work (SOW) shall be included in the sources sought notice. The sources sought notice number is VA260-17-N-0129. Your response shall include the following information: Size of company (i.e., 8(a), HUBZONE, WOSB, EDWOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.). ISO 17025 Certified Business. Ability to comply with the Limitations on Subcontracting as defined in VAAR Clause 852.219-10 for SDVOSBs and FAR Clause 52.219-14 for small business concerns or 8(a) participants. Revenue for last three years. Relevant past performance on same/similar work dating back to the last three years and your company s capability to do this type of work. Teaming Arrangements to include relevant past performance on same/similar work dating back to the last three years. Documentation of technical expertise and capability 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.   It is imperative that business concerns responding to this sources sought, articulate their capabilities clearly and adequately. THIS IS NOT A SOLICITATION. THIS IS A MARKET RESEARCH DOCUMENT. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.   After market research is completed, the government will decide the type of small business program consideration under which a solicitation will be issued, if any. This action is being considered for 100% set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB) and/or Historically Underutilized Business Zone (HUBZone) firms. 8(a) firms, Economically Disadvantaged Women Owned Small Businesses (EDWOSB), and Women Owned Small Businesses (WOSB). If interest is not received by the response due date from enough service disabled, veteran owned, or other small businesses, a resultant future solicitation can be issued unrestricted, and no further communications regarding the decision will take place.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA26017Q0259/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-17-Q-0259 VA260-17-Q-0259_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3590777&FileName=VA260-17-Q-0259-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3590777&FileName=VA260-17-Q-0259-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04547886-W 20170618/170616234823-1a24592b40ea8f2958671af0c46aa108 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.