Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2025 SAM #8614
SOURCES SOUGHT

J -- Hydraulic Survey of Suppression System and New Nameplates at the Northampton VA Medical Center

Notice Date
6/25/2025 8:16:26 AM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24125Q0568
 
Response Due
7/2/2025 1:00:00 PM
 
Archive Date
08/01/2025
 
Point of Contact
Carissa Sarazin, Contract Specialist, Phone: 401-273-7100
 
E-Mail Address
carissa.sarazin@va.gov
(carissa.sarazin@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with a size standard $12.5 million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing a Fire Suppression System Survey at the Northampton VAMC� per the requirements below. Refer to the� Performance Work Statement below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the Performance Work Statement.8 This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to supply a Fire Suppression System Survey at the Northampton VAMC are invited to submit a response to this Sources Sought Notice by 07-2-2025. All responses under this Sources Sought Notice must be emailed to carissa.sarazin@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. SAM: Interested parties shall be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #:� ___________________________________________________ CAGE Code: __________________________________________________________________ Other available contract vehicles (GSA/FSS/NASA SEWP/ETC): ________________________ _____________________________________________________________________________ _____________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the supply of a Fire Suppression System Survey at the Northampton VAMC as listed in Attachment 2 Performance Work Statement with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Performance Work Statement [Enter 2237] Location(s):[Enter Site Location(s)] Overview General Intent The Contractor shall provide professional services to include all labor, transportation, materials, apparatus, tools, equipment and permits necessary to perform the work in accordance with the contractual requirements. All work must adhere to VHA, OSHA, EPA, Local laws, and Mass DEP standards. Contract Specific Requirements [Enter Project Name] After award, but prior to the start of any field work, the contractor shall contact the contract point of contact (POC) (e.g. Contracting Officer s Representative, COR) to review proposed methods and plans for the completion of the work. All on site work is to be coordinated with the boiler plant supervisor at least seven (7) days prior to performance of services. Please note the bidding requirements related to this solicitation to ensure the following requirements are met. All services shall be provided turnkey including any necessary 3rd party pricing and coordination VA personnel shall only be responsible for confirmation of contractor LOTO and testing plans. Reports, Certifications, and all documentation shall be supplied digitally PRIOR to any invoicing. Background The existing system is fully functional and maintained however a recent review revealed riser data name plates have been removed or are otherwise illegible. This contract seeks to correct that by certifying to the most recent code year or the applicable code year of record (1978-1995) Existing Documentation Attachment Chronologically 1979_Record 2000_sprinkler_survey_drawings 2011_Westend_renovation 2018_eastend_flr2 renovation 2024 Fire pump Replacement Details The following shall be performed: Review of attached design basis documentation provided with timeline Field Survey of dry and wet sprinkler conditions. Note less than 15% of the space is healthcare occupancy and the rest consist largely of business occupancy with industrial space as the remainder VA has equivalency exemptions for historical dead end corridors in excess of 50ft This shall include the cost of any necessary system tests. Note Survey shall include both off hours and standard operating hours. Pharmacy, canteen store, and canteen office must be done during daytime hours. All clinical areas should be done off hours to avoid patient impact NFPA 13 code review and calculations of the complete system (1978 and 2025) with the following deliverables Name plates for all risers based on 1978 code year of record Note, if current system can be demonstrated to be compliant with later code years, the preference is for stamped drawings and name plates to replace old design base Calculations for both 1978 and 2025 code years 2025 analysis shall result in new either a new design basis or a deficiency report with recommendations for future corrections and improvement. Any drawings necessary to document existing conditions and code reviews/hydraulic calculations necessary This shall include any necessary assumptions or exceptions All required name plates and signage (NFPA13, 25) shall be furnished and installed by contractor Final narrative shall summarize all work completed and deliverables and include nameplate drawings Any drawings shall be provided in both CAD and Stamped PDF Technician Qualifications Registered professional engineer in fire protection shall have a minimum of 5 years experience including Massachusetts specific work. Surveyor(s) shall have sprinkler pipe fitter or fire protection engineering experience and licensure as necessary. General Scope Items The following is a list of general scope considerations: All field work shall be scheduled at least 7 business days in advance with POC/COR. The site shall be left clean of all debris and hazardous materials daily. Coordinate with VA CWM HCS GEMS coordinator for the signing of the waste manifests or management regulation. Submit, to the COR product data and work plan for all materials prior to utilization.� Site Access and Management Requirements The contractor shall be solely responsible for the management, including all associated labor, equipment, materials, shipping, and inspection, to meet the requirements of the project. The contractor must have the following additional requirements before working on site: Contractor badge, if issued, must be obtained and visibly worn by contractor or representative at all times while on campus. These requirements are applicable to all contractor employees and subcontractors working in and around campus building unless stated otherwise by COR. The contractor is ultimately responsible for the behavior of employees and subcontractors. Any waste generated shall be properly disposed of and documented by the contractor. Questions or concerns shall be addressed with the COR. Proposed Schedule All on-site work (including cleanup) shall take place during the following times, unless otherwise approved by the COR: 08:00-16:00h Monday through Friday Off-hour work for activities impacting normal operations or scheduling conflicts are generally 17:00-06:00 Monday- Friday and anytime Saturday and Sunday. Holidays excepted unless other times are arranged in advance and approved in writing by the COR. Bidding Requirements Provide licensure and resumes of key personal capable of meeting outlined requirements Evaluation of bids shall be based on: Completeness and specificity of contractors plan to adhere to all requirements outlined herein and outlined bid documents required. Submitted in writing Parking Parking is rigidly controlled throughout the Medical Center. Contractor parking is only allowed in designated areas (subject to change). Parking in designated patient parking areas is strictly prohibited. Parking on grass is also prohibited. Parking for equipment necessary to perform the work will be authorized in advance of starting the project. Parking passes will be issued by the COR when necessary. Storage of Equipment and Materials The contractor shall arrange with the COR for allocation of required workspace and for the storage of equipment and material to be used for this project.� Storage space is very limited.� There are no exclusive areas within the campus that can be given to the contractor for their storage needs.� The warehouse CANNOT accept, or store, deliveries associated with a contract and not purchased directly by the VA (i.e. no drop-shipping contract supplies). Debris Removal The Contractor/Installer shall be required to remove waste materials and debris daily (unless otherwise authorized by COR) from the campus. All waste material and debris shall be removed off the site by the contractor and shall be disposed of in accordance with applicable State and Federal regulations. Site Utilities In the event a shutdown, restriction, or interruption of any utility services is required, a written request must be submitted (at least 14 calendar days in advance) and approved by the VA COR.� All utility shutdowns must be reviewed and approved by the VA. Material and Workmanship Quality All materials and workmanship shall comply with all codes, standards, and requirements of all Authorities Having Jurisdiction (AHJ). All work shall be done in accordance with contract terms and conditions and in a professional manner according to the best trade practices and to the satisfaction of the COR. This includes work performed by subcontractors.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5f92db8832884a9e90ea587b2a21e489/view)
 
Place of Performance
Address: Northampton VA Medical Center 421 North Main Street Leeds, MA 01053
 
Record
SN07489315-F 20250627/250625230046 (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 |
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.