Skip to main content

An official website of the United States government

You have 2 new alerts

J041--SOURCES SOUGHT NOTICE- Maintenance and Repair of Northern Aire Systems Primary cooling system

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 01, 2022 02:00 pm CDT
  • Original Response Date: Jun 09, 2022 12:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 18, 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:
    Captain James A Lovell FHCC 3001 GREEN BAY RD NORTH CHICAGO , 60064

Description

Sources Sought Notice Sources Sought Notice Page 6 of 6 Page 6 of 6 Sources Sought Notice *= Required Field Sources Sought Notice Page 4 of 6 Page 4 of 6 This is a Sources Sought Notice and this notice is being issued for market research purposes only. This notice is not a Request for Quotation or Proposal (RFQ/RFP) and a solicitation is not being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition methodology. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested may assist the Government in determining the appropriate acquisition methodology. The Great Lakes Acquisition Center (NCO 12), Department of Veterans Affairs, is seeking information from sources capable of providing: Complete parts and labor service and maintenance to include all components of the primary refrigeration system, humidification system, duct and re-heat system, and electrical and control components related to the cooling system that is affixed to a MRI trailer. The vendor shall have factory trained authorization and extensive ability to apply all Northern Air Systems design guidelines when servicing the equipment. The selected vendor shall ensure the system is maintained to manufacturer s standards to include any hardware and quality updates required to keep the unit running in optimal condition. The vendor shall provide all coverages and benefits normally given in their commercial service and support agreements. The equipment to be serviced/maintained includes: Northern Aire Systems Primary cooling system. Model #TTS-188 Serial# 01-16-6015-29079-6.51V The Government requests that interested parties submit a brief overview of their firm s capabilities -submit a statement of capability outlining their firm s capabilities related to this requirement stated below, and past experience with projects similar in scope to this project. All information shall be submitted in MS Word or Adobe PDF format and shall not exceed 10 pages, including all attachments. Each party s submission shall also include the following information: Organization Name Organization Address Point-of-Contact (including name, title, address, telephone number, and email address) SAM UEI Number Business Size (i.e. annual revenues and employee size) Socio-Economic Status (i.e.. small business, service-disabled veteran-owned small business, etc.) NAICS Code GSA Contract Number Any other pertinent information Requirements: SDVOSB/VOSB contractors that respond must also be able to follow the limitations of subcontracting language (see Below) The response date to this Sources Sought Notice is June 09TH at 12:00 p.m. Central. Electronic submissions may be submitted via email to Aaron Rogers at aaron.rogers1@va.gov VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that  If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant  NAICS code assigned to the instant acquisition as set forth in FAR 19.102. ] X  Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.  General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.     Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States.  The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.             (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: Referral to the VA Suspension and Debarment Committee; A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and  Prosecution for violating section 1001 of title 18.  The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement.  The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal.  The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.

Contact Information

Contracting Office Address

  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jun 18, 2022 10:55 pm CDTSources Sought (Original)