Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2017 FBO #5740
DOCUMENT

J -- Inspection, testing, maintenance, repair, and emergency services of the temperature control systems and devices at the Edward Hines Jr. VA Hospital (VAH) in Hines, IL. - Attachment

Notice Date
8/9/2017
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S. 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D17N0096
 
Response Due
8/18/2017
 
Archive Date
9/17/2017
 
Point of Contact
Michael Sands, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a solicitation for proposals, proposal abstracts, bids, 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. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The Great Lakes Acquisition Center (GLAC) - Southern Tier in North Chicago, IL is soliciting businesses for inspection, testing, maintenance, repair, and emergency services of the temperature control systems and devices at the Edward Hines Jr. VA Hospital (VAH) in Hines, IL. The systems and devices to be serviced are listed in Appendices 1-3. It is understood that all Contractors submitting a response to this Sources Sought will have an established business with five (5) years of experience in performing these types of services. The Contractor must also be licensed and authorized to perform services on all of the equipment listed. All work under this contract must be performed by fully trained and qualified service Journey Man Level technicians/mechanics with five (5) years of experience, directly employed by the Contractor, experienced in the repair, servicing, troubleshooting, and maintenance of the types of temperature control systems and devices specified. The assignment of trainees, helpers, or persons of similar skill levels to perform work under this requirement is strictly prohibited. Contractor is to provide trained and certified technicians to service Johnson Controls Metasys, Johnson Controls F/X, Tridium Niagara, American Automatrix, and must possess a Universal Refrigerant Certification that shall meet qualifications and standards, equivalent to those prescribed by the industry and local practices. Response Times: The Contractor must be able to respond with a phone call to the Contracting Officer s Representative (COR) or his/her designee within one (1) hour for critical patient care areas and Veterinary Medical Unit ; and two (2) hours for non-patient care area after receipt of telephoned notification 24 (twenty-four) hours per day. If the problem cannot be corrected by phone, the Contractor shall commence work (on-site physical response) within 4 (four) hours and will proceed progressively to completion without undue delay (unless authorized a delay by the Contracting Officer or COR). For example, if hours of coverage are 7:30 AM to 4:00 PM, Monday thru Friday, a 4-hour response means, if a call is placed at 4:45 PM, Monday August 10th; the Contractor must start on-site service by 8:45 PM, Monday, August 10th. The Contractor is required to affirm their ability to meet these times in their response. The Contractor shall furnish all labor, material, tools, equipment, and parts necessary to complete the inspection, testing, maintenance, repair, and emergency services as required for the temperature control systems and devices specified. The following NAICS Code and Small Business Size Standard has been identified for this requirement: 561210 Facilities Support Services with a Size Standard of $38.5 Million in annual revenue. Interested parties shall provide a brief overview of their firm s capabilities and past experience with projects similar in size and scope of this project. Capability statements shall also include: DUNS number Organization Name Organization Address Point of Contact (including name, title, addresses, telephone number, fax number and Email address) Business size (small business, other than small business, Woman-Owned, etc...) Socio-economic status ( If SDVOSB or VOSB provide SDVOSB or VOSB CVE verification) Organization experience in performing these types of services Ability to meet response times listed above in paragraph 3 Ability to provide certified and licensed Journey Man Level technicians with five (5) years of experience. (All information shall be submitted in Word or PDF format, not to exceed 10 pages, including all attachments.) Firms shall identify whether they are a small business or other than small business in accordance with the size standard for NAICS code 561210. If another NAICS code may be applicable, please identify the NAICS in your capability statement. All information must be received no later than Friday, August 18, 2017 at 11:00 AM (CST). Email information to Michael Sands, Contract Specialist at michael.sands3@va.gov. The Government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or returned. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, SOLE SOURCED, OR PROCURED THROUGH FULL AND OPEN COMPETITION. 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. 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). Interested parties may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FBO website for all information relevant to desired acquisitions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17N0096/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-17-N-0096 VA69D-17-N-0096_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3723285&FileName=VA69D-17-N-0096-020.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3723285&FileName=VA69D-17-N-0096-020.docx

 
File Name: VA69D-17-N-0096 P09 - APPENDIX 1 LOCATION AND BRIEF DESCRIPTION OF CONTROLS EXCLUDING BUILDING 200.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3723286&FileName=VA69D-17-N-0096-021.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3723286&FileName=VA69D-17-N-0096-021.pdf

 
File Name: VA69D-17-N-0096 P09 - APPENDIX 2 - MAJOR CONTROL EQUIPMENT FOR Bldg. 200.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3723287&FileName=VA69D-17-N-0096-022.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3723287&FileName=VA69D-17-N-0096-022.pdf

 
File Name: VA69D-17-N-0096 P09 - Appendix 3 - Major Chillers - Heat Pumps.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3723288&FileName=VA69D-17-N-0096-023.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3723288&FileName=VA69D-17-N-0096-023.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Edward Hines Jr.;VA Hospital;5000 S 5th Ave;Hines, IL
Zip Code: 60141
 
Record
SN04619816-W 20170811/170809231831-b9c65b886dede807f16d9b4286c6c8a2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.