Potential contractors shall provide, at a minimum, the following information to Subrina.Cantil@va.gov.
1) Company name, address, and point of contact, phone number, e-mail address, and SAM UEI.
2) Please identify your company’s size (and item manufacture sized) in comparison to the anticipated North American Industry Classification System (NAICS) code 334290. To be considered a small business your company must have fewer than 800 employees. This notice is unrestricted at this time to determine the marketplace for this specific requirement.
3) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration registration for VetCert Registry located at Veteran Small Business Certification (sba.gov).
Salient Characteristics have been included in this notice. NO PARTIAL QUOTES WILL BE ACCEPTED. TOTAL LINE-ITEM PRICES WILL BE TOTAL PRICE OF ALL LINE ITEMS WILL BE ACCEPTED. The Government is accepting industry comment on the notice. Comments may or may not be incorporated, at the discretion of the Government.
Potential candidates having the capabilities necessary to provide the above stated service are invited to respond to this Sources Sought Notice via e-mail to Subrina Cantil at subrina.cantil@va.gov no later than Tuesday, 08 April 2025, at 10 AM PST. No telephone inquiries will be accepted.
RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION:
- Company name
- Address
- Business size
- Unique Entity ID Number
- Point of contact name
- Phone number
- E-mail address
Any questions or concerns may also be directed to Subrina Cantil via e-mail.
The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.
Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM).
VA SORCC STATEMENT OF WORK
A1. TO CORRECT VAD MISMATCHED HARDWARE FOR BUILDINGS 219,241,201,239, 211, AND 242.
A2. GENERAL INFORMATION:
Contractor shall provide White City, Oregon, VA Southern Oregon Rehabilitation Center, and Clinics (VA SORCC) with a one-time, resolve Mismatched Hardware trouble signals in six VA buildings.
A3. DESCRIPTION OF SERVICES/SCOPE:
The work will involve replacement parts, installation, programming and testing for the following buildings:
- B239:
- (3) FMM-101 addressable mini modules
- (2) FRM- 1 addressable relay modules
- B242:
- (4) FMM – 101 addressable mini modules
- B241:
- (3) FMM-101 addressable mini modules
- B201:
- (2) FRM-1 addressable relay modules
- (1) FZM-1 conventional detector interface module
- B211:
- (4) FMM-101 addressable mini modules
- B219:
- (2) FRM-1 addressable relay modules
- Replace old modules with devices listed above, perform necessary programming and testing for same devices to ensure proper operation and communication is achieved and Mismatched Hardware trouble signals are resolved.
A4. LOCATION OF SERVICES:
VA Southern Oregon Rehabilitation Center and Clinics
B211, B242, B241, B201, B211, B219
8495 Crater Lake Hwy
White City, OR 97503
A5. PERIOD OF PERFORMANCE:
180 Days After Receipt of Order (ARO).
B.1 FURNISHED PROPERTY OR SERVICES:
Contractor should provide the labor and material to repair B239, B242, B241, B201, B211, B219 mismatched hardware trouble signals including related parts, installation, programming and testing to verify proper operation of fire systems and ensure compatibility with current communication format of flash scan protocol.
B.2 Contrator SORCC Site Check in:
The Contractor employees shall check-in at SORCC Building 229 (FMS) and check out when complete. If after hours, contact VAPD in building 202. Contractor shall always wear a VA identification badge while on station. Badge will be obtained in building 229 when signing in and shall be returned upon completion of the services when signing out.
C SPECIAL CONTRACT REQUIREMENTS
C.1 QUALITY CONTROL:
The contractor is responsible for maintaining a quality operation to ensure that the services are performed in accordance with commonly accepted commercial practices.
C.2 QUALITY ASSURANCE:
1. Contractor will be here on the appointed times and days, unless necessary to come more often as requested by the VA SORCC.
2. The completed services shall be performed in an efficient and reliable manner. The VA SORCC has the right to reject work if the work is not performed in an efficient and reliable manner with the timelines and frequencies outlined above.
C.3 RECOGNIZED HOLIDAYS:
The contractor is not responsible to provide services on the following days but must provide frequent enough service prior to and after these holidays:
New Year’s Day, Martin Luther Kings Day, President’s Day, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veteran’s Day, Thanksgiving Day, and Christmas.
C.4 PERSONNEL POLICY:
The Contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the contractor shall provide the following for their personnel:
- Worker’s compensation, Professional Liability Insurance, Income tax withholding, and Social Security payments.
- The parties agree that such personnel shall not be considered VA employees for any purpose and shall be considered employees of the Contractor.
C.5 VA SORCC Business Hours:
Work must be accomplished during normal VA SORCC business hours, which are 8am to 4:30pm.
C.7 LAWS & ORDINANCES
The Contractor shall comply with all applicable laws, ordinances, and regulations (Federal, state, city or otherwise) covering his operations under the contract.
C.8 INVOICES:
All payments shall be made in arrears upon receipt of a proper invoice. Invoices will provide the following minimum information:
- Contract Number
- Date of Service
- Itemized Charges
- Weight of all waste and recycle (if applicable)
- Authorizing Official
Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.