Skip to main content

An official website of the United States government

You have 2 new alerts

Y1BG--508-24-115 | Upgrade Electrical Transformer Bldg. 135 (VA-24-00064485)

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Jul 23, 2024 10:05 am CDT
  • Original Response Date: Aug 07, 2024 05:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 05, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1BG - CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:

Description

The Department of Veterans Affairs, Network Contracting Office 7, on behalf of the Atlanta VAMC at 1670 Clairmont Rd., Room GC125, Decatur, GA, 30033, hereby provides notice of its intent to negotiate on a sole source, firm-fixed price contract with no options with Venergy Group, LLC., located at 3130 Seminole Rd., Ft. Pierce, FL 34951. The award will be executed under authority at FAR 6.302-5 and VAAR 819.7008. The rationale for the sole source acquisition is that Venergy Group, LLC. is a Service-Disabled Veteran Owned Small Business (SDVOSB) that is capable of completing the electrical services needed to connect the new transformer to Building 135 at the Atlanta VAMC, specifically Fort Macpherson. This project s requirements are to perform necessary work to electrical service to Fort Macpherson building 135. The primary landowner in the area is changing the electrical feed to their facility and as a result the line and transformer powering building 135 will be decommissioned. The utility provider Georgia Power is providing a utility owned transformer, but in order to meet the requirements for service work must be performed to the secondary (customer side) of the transformer and conductors fed from it. This acquisition is anticipated to take place on or about 9/15/2024. In addition to the VetCert search results and the knowledge of the market/industry known to the contracting and the requiring activities, the intent to use a sole source SDVOSB in accordance with FAR 6.302-5 and VAAR 806.302-570(a) and (b) is sufficient. This action is in accordance with 38 U.S.C. 8127 and VAAR 819.7008. This notice satisfies requirements identified in FAR Part 5. The intended procurement will be classified under Product Service Code (PSC) Y1BG and the North American Industry Classification System (NAICS) code 238210 with a small business size of $19 million. THIS NOTICE OF INTENT IS NOT A SOLICATION OR REQUEST FOR COMPETITIVE QUOTES/OFFERS. No solicitation page is available, but interested parties may identify their capability to respond to this requirement. Any responses to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Responses must include, at a minimum: (a) company name; (b) UEI; (c) point of contact information; and (d) capability, manufacturer authorizations, and installation specifics. The Department of Veterans Affairs will not be responsible for any costs incurred by interested parties in responding to this notice. All responses from responsible sources will be fully considered for determining whether competition is most advantageous for the Government. A determination not to compete is solely within the discretion of the Government. To be considered for review, all capability statements must be received no later than 5:00 PM CST on August 7th, 2024. Responses are to be submitted to Kimberly Devlin, Contract Specialist, at Kimberly.Devlin@va.gov. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government.

Contact Information

Contracting Office Address

  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Nov 05, 2024 10:55 pm CSTSpecial Notice (Original)