Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2025 SAM #8474
SOURCES SOUGHT

D -- Relocation of Sensitive Equipment in Data Centers - Oracle Health Server Racks (VA-25-00022385)

Notice Date
2/6/2025 9:30:05 AM
 
Notice Type
Sources Sought
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B25Q0157
 
Response Due
2/13/2025 10:00:00 AM
 
Archive Date
02/28/2025
 
Point of Contact
Ivan Varela, Contract Specialist:, Phone: (848) 377-5328
 
E-Mail Address
ivan.varela@va.gov
(ivan.varela@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 3 of 69 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 69 Please find all the pertinent information pertaining to this Request for Information (RFI) below. REQUEST FOR INFORMATION (RFI) INDRODUCTION: THIS IS NOT A SOLICITATION. This RFI is issued for information and planning purposes only, do not submit a proposal. There is no obligation for the Government to acquire any products or services described in this RFI. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs (VA) in developing its acquisition strategy and Performance Work Statement (PWS). Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. BACKGROUND The Veterans Health Administration (VHA) Healthcare Environmental and Facilities Program (HEFP) is seeking a contract to provide white glove FDSS relocation services. This equipment is impacting the on-going construction of the facility s data center. The Contractor shall provide nationwide white glove relocation services; aligning FDSS relocations with on-going construction schedules and VA Medical Center operations. Due to the operational nature of the equipment and facilities that it supports, downtime for relocation will be scheduled after normal working hours; typically on weekends. The list of currently known locations for relocation of servers is provided as an excel attachment hereto. Please note, that this list is not all inclusive and covers the currently known locations for relocation efforts. QUESTIONS AND CRITICAL CONSIDERATIONS FOR INTERESTED CONTRACTORS Responses are solely treated as information for the Government to consider. Direct or indirect costs incurred in response to this RFI are at the expense of the vendor, not the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that might be awarded based on information received or derived from this RFI will be the outcome of a competitive process. It is requested that all companies interested in participating in this effort to note their interest and respond to the areas identified in the Capabilities Statement and General Questions sections below. Provide a summary of your technical approach to meet each functional requirement. Capabilities Statement There is no page limitation to responses. Provide Point of Contact information (name, email address, address, telephone, and fax numbers). Please identify your company s size status based upon the applicable NAICS code of 484210. If in responding to this RFI, you believe another NAICS code should be applicable, please identify the NAICS code you consider appropriate for this effort along with detailed supporting rationale. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances or other business arrangements to satisfy requirements of the Draft Performance Work Statement (PWS). Small businesses are encouraged to identify teams whereby each team member is considered small business based upon the proposed North American Industrial Classification System (NAICS) code of 484210 to support set-aside considerations. Please indicate whether you provide white-glove relocation services for FDSS servers (specifically Oracle servers and racks). Contract Vehicle, e.g., GWACs, GSA Federal Supply Schedule, NASA SEWP, T4NG, etc. General Questions The page limit for responses in this section is 3 pages. Please provide positive or negative feedback regarding the PWS, such as recommended changes, noted exceptions, ambiguities, etc. Please identify any requirements that are significantly, and possibly unnecessarily, restricting. RESPONSE SUBMISSION Please submit responses via email to Ivan Varela, Contract Specialist at ivan.varela@va.gov by 1:00 pm Easter Standard Time, February 13th, 2025. VA reserves the right to not reply to any emails, responses, and/or materials submitted. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/797b4aab84ec41729faa537f5db13834/view)
 
Place of Performance
Address: Nationwide VHA/VISN
 
Record
SN07335994-F 20250208/250206230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.