Skip to main content

An official website of the United States government

You have 2 new alerts

J041-- Variable Frequency Drive Service Contract

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: Jul 28, 2022 10:43 am EDT
  • Original Response Date: Aug 11, 2022 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 10, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    James J. Peters Medical Center Campus 130 W Kingsbridge Road , 10468-3904
    USA

Description

Contracting Office Information: Department of Veterans Affairs Network Contracting Office 2 130 W. Kingsbridge Road Bronx NY 10468 Synopsis: Please note that this is not a request for quotes or proposals, the Government is seeking information for market research purposes only. The Department of Veterans Affairs, James J. Peters Medical Center, Bronx, NY, is conducting market research to find qualified vendors to provide service for variable frequency drives. Please see draft statement of work for full description. The North American Industry Classification Systems (NAICS) is 238220; the size standard is $16.5 million. The purpose of this notice is to gain knowledge of potential qualified sources for this procurement SUBMISSION INSTRUCTIONS: Please submit your response in accordance with the following instructions: Responses shall be no more than 3 pages in length. Detail your firm s capability of delivering the described service. Submit your response via email to Samantha Smith at Samantha.Smith33@va.gov by 5pm am EST on August 11, 2022, including the sources sought notice number in the subject line of the email. Mark your responses as Proprietary Information if the information is considered business sensitive. No marketing materials are allowed as part of this sources sought notice. The Government will not review any other information or attachments included in your submission that exceed the 3 page limitation. SPECIFIC RESPONSE ITEMS: Responses to this notice must include the following information: General information about your company to include: Company Name: Company Address: Company DUNS: Company NAICS Code(s): Point of Contact Name: Point of Contact Phone Number: Point of Contact Email Address: Company Website (if available): Business Size/Type: (Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), HUB Zone Small Business, Women Owned Small Business, Small Disadvantaged Business (SDB), Small Business Concern, or Large Business) FOR SDVOSB/VOSB ONLY: Please note that if responding as an SDVOSB or VOSB, your company must be registered and verified in VA s Vendor Information Pages (VIP) database. Please include a copy of your VetBiz certification with your response. A description of what services your company primarily provides. A description of your company s experience with providing homeless housing, as well as housing services. Does your company currently have capabilities to provide the required services? If not, is your company interested in expanding its offerings within the next 6 12 months? Does your company have experience providing maintenance services for the Department of Veterans Affairs? How long has your company existed? Will your company be a joint venture with another company? Prospective contractors are reminded that in accordance with FAR 4.11 they shall be registered in the System for Award Management (SAM) database and shall complete electronic annual representations and certifications in SAM prior to award of a contract. SAM is located at http://www.sam.gov. There is NO cost to use SAM. No solicitation document is available at this time; this notice is to acquire information only.

Contact Information

Contracting Office Address

  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Oct 10, 2022 11:56 pm EDTSources Sought (Original)