Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
DOCUMENT

H -- Tri-Annual Switchgear Preventive Maintenance 36C25918Q0068, 635-18-1-5406-0009, Preventive Maintenance - Attachment

Notice Date
12/19/2017
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 19;Service;1011 Honor Heights Dr;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
36C25918Q0068
 
Response Due
12/27/2017
 
Archive Date
2/25/2018
 
Point of Contact
Eric Tuck
 
E-Mail Address
uck@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
This is a Pre-Solicitation notice to determine the availability of potential SDVOSB vendors having the capabilities to perform the Tri Annual Electrical Switchgear Preventative Maintenance. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. This is a Pre-Solicitation synopsis for SDVOSB vendors only. All responses should be submitted by email to eric.tuck@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications relative to NAICS 238210, Electric Contractors and Other Wiring Installation Contractors. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Pre-Solicitation synopsis, a solicitation announcement may be published on the FBO website. Responses to this Pre-Solicitation synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. SPECIFIED REQUIREMENT: Network Contracting Office (NCO19), Muskogee, Oklahoma is seeking sources for a potential contractor capable of providing/performing /meeting the following minimum criteria: This is a RFQ announcement.   It is a solicitation announcement for a request proposal to award a contract government contract.   Responses to this Sources Sought announcement MUST be in writing.   The purpose of this RFQ Announcement is for a request proposal to award a government contract to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses.   Responses to this notice shall include: DELIVERABLES Contractor's workmen are subject to rules and practices, which comply with national and local safety codes. All maintenance and testing shall be done on equipment de-energized from the AC source, if at all possible. Where temporary feed for power is required to keep vital circuits in operation, provisions shall be made to isolate these circuits from the equipment being serviced. Circuits that will require being de-energized prior to work will require a Utility Shutdown that must be coordinated with the project COR before the start of work. Prior to any testing, all circuit conductors shall be checked to determine that the temporary leads are not feeding back into equipment being serviced. Clean, inspect, test, and adjust all major electrical distribution equipment. This shall include the electrical distribution equipment in the following locations. Sub-Stations: No. l, No. 2, No. 2.5 and No. 3 Building 19 and ARF Room BF-118. Boiler/Chiller Plant (Building #5) Mechanical/Electrical Rooms: Building 19 Mechanical Rooms (3) total, 3rd floor Fan Room, 3rd Floor Mechanical Room, 5th Floor Mechanical Room, 6th Floor Mechanical Room, 8th Floor Mechanical Room, 8th Floor Mechanical Room North, and all Generator Rooms (5 total) Repair as needed all "open/close" indicators and "charged/discharged indicators in sub-station 3 type AK breakers. Execute work so as to interfere as little as possible with normal functioning of the medical center. Schedule all work in specific areas with the COR to enable Engineering Service to make any necessary arrangements. Coordinate with the COR in advance of any outages. Only after the approval of the scheduled outages, by the COR, can work proceed accordingly. All outages shall be scheduled and approved in writing at least two weeks in advance. Outages will be scheduled only at night and on weekends. Place of Performance: The Veterans Health Administration: All items shall be repaired and returned to: VAMC Oklahoma City 921 NE 13th St Oklahoma City, OK 73104 Notice to Potential Offerors: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.       All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM) located on the web at www.sam.gov. It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to this announcement must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at https://www.vip.vetbiz.gov/.  All interested Offerors should submit information by e-mail on the SF1449 (wet signature) to eric.tuck@va.gov and include the RFQ number, title of the project (Tri Annual Electrical Switchgear Preventative Maintenance), and company name in the email subject heading. All responses are to be received NO LATER THAN Friday, Dec 08, 2017 11AM CST.   Please refrain from telephone communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q0068/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25918Q0068 36C25918Q0068_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3973703&FileName=36C25918Q0068-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3973703&FileName=36C25918Q0068-000.docx

 
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: Oklahoma City VAMC;921 NE 13th St;Oklahoma City, OK 73104-5007
Zip Code: 73104-5007
 
Record
SN04771066-W 20171221/171219231315-e9a4446998a8ce1c318d2b87b0067ef3 (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.