Skip to main content

An official website of the United States government

You have 2 new alerts

J042--VANJHCS East Orange- Hydrostatic Testing for Kitchen Hood Systems (VA-23-00076343)

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jun 02, 2023 02:14 pm EDT
  • Original Response Date: Jun 09, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 07, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J042 - MAINT/REPAIR/REBUILD OF EQUIP- FIRE FIGHTING/RESCUE/SAFETY EQUIP; ENVIRON PROTECT EQUIP/MATLS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    VA New Jersey Healthcare System East Orange Campus East Orange , NJ 07018
    USA

Description

The VISN 2 is in need of Hydrostatic Testing for Kitchen Hood Systems at East Orange VA Healthcare System 385 Tremont Avenue East Orange NJ 07018-1095. This requirement for services to perform Hydrostatic Testing for Kitchen Hood Systems as outlined in the attached Statement of Work (SOW). The Department of Veterans Affairs Network Contracting Office (NCO) 2 is conducting a market survey in search of responsible sources in order to determine the acquisition strategy for this potential procurement. The North American Industry Classification Systems (NAICS) Code for this requirement is 561210 . The Small Business Administration (SBA) size standard for this NAICS Code is $47.0 Million. Interested parties are advised that in keeping with the Veterans First Contracting program under 38 U.S.C. 8127-8128, as implemented under VA Acquisition Regulation (VAAR) subpart 819.70 and VA Procurement Policy Memorandum 2016-05 Implementation of the Veterans First Contracting Program, if the Contracting Officer has a reasonable expectation that two or more small business concerns owned and controlled by Service-disabled veteran-owned small business (SDVOSB) concerns are capable of meeting the requirement for a fair and reasonable price that offers the best value to the United States, the requirement will be set-aside for SDVOSB concerns. If an SDVOSB set-aside is not appropriate, the requirement will be evaluated to determine whether a Veteran Owned Small Business (VOSB) set-aside is appropriate.  The term SDVOSB / VOSB under the Veterans First Contracting program has the same meaning as defined in FAR subpart 2.101, except for acquisitions authorized by 38 U.S.C. 8127 and 8128 for the Veterans First Contracting Program SDVOSB and VOSB concerns must be listed as verified in the Vendor Information Pages (VIP) database at https://www.vip.vetbiz.gov in addition to meeting the NAICS code small business size standard to be eligible for award under Veterans First Contracting Program set-asides.  If capability packages are received from at least two (2) capable small business firms that meet the NAICS code small business size standard - in the following order of preference - this requirement will be set aside accordingly: 1. SDVOSB 2. VOSB 3. Other capable small business firms Eligible parties are required to provide the following capability information to the Contracting Officer, Mr. Clifford S. Harrison (Clifford.Harrison@va.gov):  - Professional Qualifications necessary for the satisfactory performance of the required services outlined in the attached SOW - Capability to accomplish the work in the required timeframe - Minimal three (3) references with a description of work completed for a Government agency or private industry of equivalent complexity to the required services. The names of the appropriate Point of Contact (POC) and their contact information (telephone numbers and email addresses). - DUNS number - Business Size (Large/Small) under NAICS Code 561210 - Business Socio-Economic Status (SDVOSB, VOSB, WOSB, 8(a), HUB Zone, etc.) - Copy of VIP showing verified status - Estimated cost of the required services Responses to this notice must be submitted in writing via (email) and must be received not later than Friday, June 9th at 12:00PM, email: Clifford.Harrison@va.gov it is the responsibility of the responder to ensure the timely delivery of their capability packages. No telephone inquiries will be accepted. Please review the attached SOW, compile all questions or requests for information (RFI s) in one (1) email and submit to Clifford.Harrison@va.gov Responses to this notice will be used by the Government to make appropriate acquisition decisions. If your firm is a Service-Disabled Veteran Owned, you must be VERIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov).

Contact Information

Contracting Office Address

  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Sep 07, 2023 11:55 pm EDTSources Sought (Original)