SOURCES SOUGHT
J -- Sources Sought Notice Closes 05/05/2025
- Notice Date
- 4/21/2025 9:16:40 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24525Q0452
- Response Due
- 5/5/2025 10:00:00 AM
- Archive Date
- 07/04/2025
- Point of Contact
- Patricia T Thai, Contract Specialist
- E-Mail Address
-
Patricia.Thai@va.gov
(Patricia.Thai@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 to provide annual certifications and repairs as needed in the main lab and research lab at the Washington DC VA Medical Center. STATEMENT OF WORK (SOW): Project Number: 688-25-2-478-0074 Project Location: Veterans Affairs Medical Center, Washington, D.C., Main Hospital-50 Irving St N.W., Washington, D.C., 20422. Scope of Work: This Statement of Work includes all work necessary to support the required equipment and supplies needed (description below) to provide the Annual Certifications in the Main Lan and Research Lab Annual Certification. The Certifications will be located at the Veterans Affairs Medical Center, Washington D.C 50 Irving Street NW, Washington DC, 20422. Provide the Annual Certifications in the Main Lab, Research Lab. Equipment Schedule: Equipment Qty Manufacturer Model Number Serial Number Asset Tag (Annual Certification) 2026 UNK UNK UNK Main Lab And Research Lab (Annual Certification) 2027,28,29,30 UNK UNK UNK Main Lab And Research Lab Scope of Service Annual Certifications in the Main Lab, Research Lab, and Bi-Annual Certifications at the VA Medical Center. Per the scope below, the vendor will provide all necessary, labor, materials, necessary to provide the Annual Certifications in the Main Lab and Research Lab and the Certification services. The following work is necessary to develop and provide a plan for preventive maintenance inspections and repairs as needed. This will be a 5-year agreement with 4 option years for renewal Scope of work: Certification for VA Medical Center D.C. Main Lab and Research Lab (Annual) 36 Field Certification of Chemical Fume Hoods 19 Field Certification of Biosafety Cabinets 3 Field Certification of Allentown Animal Transfer Stations 2 Field Certification of Vented Balance Safety Enclosures: Labconco 1 Field Certification of Thermo Forma Laminar Flow Work Station 1 Field Certification of Thermo Electron Grossing Station 16 Penetration testing for HEPA Filters 4 Field Certification of Allentown Cage Mouse Ventilated Rack System 4 Field Certification of Animal Racks Fee added per client request to address potential repairs in Lab and Pharmacy 1 Travel, round trip The C&A requirements do not apply and a Security Accreditation Package is not required. This arrangement does not require a BAA. 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. SAFETY PRECAUTIONS: 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) statutes and regulation, such as applicable provision 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. Contractor shall assume the responsibility to guard against causing fires and/or explosion and to protect Government Property, reference NFPA 241 and 29 CFR 1926. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially regarding exits and exit way access. Utility shutdowns shall not compromise security, communication, or fire safety for occupants. No flammable liquids shall be stored or used in the Medical Center. The necessary number and appropriate types of portable fire extinguishers are required per National Fire Protection Association (NFPA) 10 and NFPA 41. All necessary precautions shall be taken by the contractor to prevent activation of any existing smoke detectors or sprinkler heads. HAZARDOUS MATERIAL REPORTING: The Contractor shall maintain hazardous inventories and material safety data sheets (MSDS) for all hazardous materials (as defined in CFR 1910.120, 40 CFR s 355, 370, & 372) to be stored and used at this Medical Center. Hazardous materials must be inventoried when received and when the project is completed. Hazardous Materials Inventories, Material Safety Data Sheets and Material Quantities used shall be submitted to the Contracting Officer for approval. In the event of a spill, Contractor shall immediately notify the Contracting Officer s Technical Representative as well as the Contracting Officer. The Contractor shall be solely responsible for the expense of any cleanup of such spill, and the cleanup shall be in accordance with the applicable provision of 40 CFR Part 761. 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. ADDITIONAL INFORMATION: Parking for contractors will not be permitted on the VAMC/DC facility. Violators will be towed at Contractor s expense. The COR will be Jeffery Scott Lockamy, Electrical-Electromechanical Supervisor, Facilities & Engineering (202-745-8000 Ext. 58497). Joseph Prine Acting CHIEF-FMS (138) 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 36C24525Q0452 with your: 1. Business name (including Unique Entity ID (SAM.gov) 2. Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and 3. Person of contact (including telephone number & email address). 4. Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities. 5. Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS) 6. Brief Summary of categories of services that your company can/cannot provide. 7. Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable) 8. 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: a. Do you intend to self-perform this effort? b. If you are located outside the immediate area, how will you self-perform? c. Or do you intend to subcontract work under this contract? d. 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 1:00 PM (ET) Monday, May 05, 2025. Responses to the information requested above must be submitted via email to Patricia Thai at Patricia.Thai@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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2639eb4cf83c41aca2c69b588bb83ffe/view)
- Record
- SN07416173-F 20250423/250421230050 (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 |