Skip to main content

An official website of the United States government

You have 2 new alerts

H112--Inspect Repair Firestop Maintenance Durham VA Medical Center

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: Mar 21, 2022 07:09 pm EDT
  • Original Response Date: Mar 28, 2022 05:30 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 26, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: H112 - QUALITY CONTROL- FIRE CONTROL EQUIPMENT
  • NAICS Code:
    • 238310 - Drywall and Insulation Contractors
  • Place of Performance:
    Durham ,
    USA

Description

This Sources Sought Notice is not a formal request for proposals or quotes. No formal solicitation document exists at this time. The government will not reimburse participants for any expenses associated with their response to this notice. The Department of Veterans Affairs, Regional Procurement Office (RPO) East, Network Contracting Office (NCO) 6, on behalf of Veteran Affairs Medical Center Durham is in the process of planning a requirement for Inspect/ Repair / and provide Firestop Maintenance Services. See the attached Performance Work Statement and drawing specifications. The Durham Veterans Medical Center is seeking a contractor to provide all necessary labor, equipment, and materials necessary for Inspect/ Repair / and provide Firestop Maintenance Services as per the Performance Work Statement. This potential requirement may be for a base period of one year (1) and four (4) one-year options. The applicable NAICS Code is 238310 (Drywall and Installation / Firestop Contractor) with a size standard of 16.5 Million. * Establishments primarily engaged in providing firestop services are included in this industry. The corresponding Product Service Code is H112. The VA is seeking written responses to assist with identifying potential sources that are interested in, and capable of, providing the services described. Please review the information contained herein and identify whether your company has the capability and interest to provide the services described. Capability statement that demonstrates the firm s ability to meet the above requirement, should include: Company Name: Company Point of Contact Name, Email and Phone: Company DUNS Number: Socioeconomic Category: Company GSA schedule (if applicable) under which these services can be purchased: Describe briefly the capabilities of your company and the nature of the services you provide relative to the current requirement for Inspect/ Repair / and provide Firestop Maintenance Services. The Veterans First Contracting Program applies to VA contracts only. VA has a preference to award contracts to verified service disabled Veteran-owned small businesses (SDVOSBs) first, then to verified Veteran-owned small businesses (VOSBs), when market research provides a reasonable expectation that the VA will receive two or more offers from eligible SDVOSB/VOSB firms at a fair and reasonable price ( Public Law 109-461). To be eligible for a VA SDVOSB or VOSB set-aside, the firm must be verified in the VA s Office of Small Business Utilization s (OSDBU) Veteran Information Pages (VIP) database as an SDVOSB or VOSB at the time the firm submits its offer to the VA. Additional information on VA s Veterans First Contracting Program can be found on OSDBU s website at https://www.va.gov/osdbu/verification/ . In addition, the SDVOSB/VOSB must qualify as a small business under SBA s regulations. The Government reserves the right to contact any respondent and/or respondent reference to obtain additional information. Currently, no solicitation exists; therefore, please do not request a copy of the solicitation. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for market research purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined. It is the potential vendor s responsibility to monitor the CONTRACT OPPORTUNITY (formerly FEDBIZOPPS) website at https://sam.gov/content/home for release of any future Pre-Solicitation, Amendments or solicitation that may result from the sources sought. Vendors having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this sources sought notice via e-mail to the Contract Specialist, no later than 28 March 2022 at 5:30 PM EST. Responses shall be emailed to: paul.waite@va.gov.

Contact Information

Contracting Office Address

  • 100 EMANCIPATION DR
  • HAMPTON , VA 23667
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jun 26, 2022 11:55 pm EDTSources Sought (Original)