Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2025 SAM #8495
SOURCES SOUGHT

43 -- FY25 Service 1X 36C242-25-AP-1740|Endo-dry Compressor Purchase and Install

Notice Date
2/27/2025 11:51:51 AM
 
Notice Type
Sources Sought
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225Q0394
 
Response Due
3/6/2025 11:00:00 AM
 
Archive Date
03/21/2025
 
Point of Contact
ANTHONY MURRAY, Contracting Officer, Phone: (518)626-6138
 
E-Mail Address
ANTHONY.MURRAY2@VA.GOV
(ANTHONY.MURRAY2@VA.GOV)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 3 of 7 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 7 Sources Sought Notice Page 7 of 7 Page 1 of This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although ""proposal,"" ""offeror,"" contractor, and ""offeror"" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. The Government is seeking information for market research purposes only. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as ""proprietary"" or ""confidential,"" intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Albany, NY for the purpose of collecting information about VA NJ Healthcare System, East Orange Campus Purchase, installation and connection of Air Compressor with Desicant Aire Dryer for Endoscopy Suite Endodry Cabinets. The VA is seeking to provide for this requirement within 60 days. The NAICS code identified for this requirement is 333912 Air and Gas Compressor Manufacturing. The requirement is detailed in the draft Statement of Work section of this document. (e) Cursory market research has not yet identified small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment and possess an interest in performing these service or providing for these items, are encouraged to email a capability statement and full information to Anthony Murray at Anthony.Murray2@va.gov . - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category(service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business). Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic. If the respondent believes another NAICS code is appropriate, then they must provide that NAICS code, their justification for its use and their business size under that NAICS. Respondents who fail to provide the information request in the paragraph may be deemed non-responsive and incapable of meeting the government need. If contractor is a Service-Disabled Veteran-Owned Small Business (SDVOSB), a Veteran-Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. If any of the requested information is not supplied with the response, this may result in the contractor not being considered in the Government s Procurement Strategy. The following information is required for determining procurement strategy and viability of sources: Set aside requirements have limitations on subcontracting and must be adherent to the Limitation on Subcontracting under FAR 19 and the Buy American Act (BAA) for commercial product procurements. This procurement is located in New York, New York. Provide your supporting documentation to support your capability on adherence to Limitations on Subcontracting IAW FAR 19.505(b)(1) and VAAR 819.70 as prescribed in VAAR 852.219-75. If your intention is to subcontract work, what tasks will be performed by you as the prime contractor? What tasks will require a subcontractor due to your inability to perform them within your company? - Contractors shall also identify any Federal Supply Schedules that may carry the desired equipment or supplies. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP, as well as for any intended subcontractors. - Contractor shall provide 2 to 3 instances of past experience which demonstrate that they are a firm regularly engaged in this type of work, to include letters from Original Equipment Manufacturers (OEM) if your firm is an authorized distributor. - Contractor shall provide a listing of any teaming agreements they intend to employ in the performance of this requirement if awarded. - Contractors shall include any relevant comments about the Attachment(s) if applicable. STATEMENT OF WORK (SOW) Bldg. 1 Endsocopy Endodry Compressor Purchase and Install 2/3/2025 1. Contract description. Purchase and install Endodry air compressor 2. Background. As part of new SPS (sterile processing service) guidelines storage of endoscopy scopes is supposed to be done in a sterile environment. These endodry cabinets will accomplish this goal 3. Scope. Contractor shall furnish all labor and materials to install the Beacon Medaes air compressor mdl. LE03-145-RD-071-DD-GR with desicant aire dryer for Endoscopy Suite. A print of the area with recommended location will be provided. 4. Specific Tasks. The contractor shall be responsible for the tasks in the scope of work. The contractor must provide all labor, material and equipment to perform the required work. The primary tasks for this requirement are: Location for electrical power source is in chiller plant O.R. chiller rm., panel EQP1. Run conduit and wiring from this compressor to the aforementioned panel. Install breaker, electrical conduit and wiring for beacon Medaes LE03+145-RD-071-DD-GR compressor or qualified equal unit in O.R. chiller rm. Panel EQP1 per manufacturer recommendations. Location for endodry compressor is also in O.R. chiller rm., location is approx. 100 ft. from electrical panel source. Install the compressor in this location. Install compressor per manufacturers recommendations. Identify routing for copper piping from compressor to endodry cabinets. Install copper piping from location on B level in the chiller plant through A level, 1st fl., to 2nd fl. endosopy suite. This will be determined bu the contractor. After connecting piping to the compressor on B level, run piping connections and terminations to the endodry cabinets in the Endosopy Suite. This should be the final connections to the cabinets. Power up compressor, verify there are no leaking connections in the piping, start up endodry cabinets and ensure they are operating properly. Re-commission the system and prepare for system reactivation. 5. Performance Monitoring (if applicable). Work shall be coordinated with facility thru the Contracting Office Representative (COR). COR will monitor the contractor work performance on daily basis and the contractor is required to submit daily s progress report to the COR. If a COR is not appointed then a facility Point of Contact (POC) will be identified to perform these duties. 6. Security Requirements. General Contractor s employees shall not enter the project site without appropriate security badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. No photography of VA premises is allowed without written permission of the Contracting Officer except as specifically required by the scope of the work. The identified VA personnel Point of Contact (POC) is responsible for certifying that the work done under the contract is performed to time and standard. They are also responsible to assure the inspection and acceptance of products provided incidental to services. 7. Risk Control Contractor shall take all measures for safety & infection control and provide all material necessary for protecting existing equipment and property in affected areas of construction against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Contractor shall permit access to Department of Veterans Affairs personnel and patients through other construction areas which serve as routes of access to such affected areas and equipment. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the construction period. 8. Place of Performance. VA NJ Healthcare System 385 Tremont Ave. East Orange, NJ 07018 Minimize interference of construction activities with flow of Medical Center traffic, keep roads, walks and entrances to grounds, to parking and to occupied areas of buildings clear of construction materials, debris and standing construction equipment and vehicles. 9. Period of Performance. Contractor to start immediately after receiving the NTP, estimate completion time is 10 calendar days.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2d401a1a65d44954a1abd3542ffaf31e/view)
 
Place of Performance
Address: VA New Jersey Health Care System East Orange Campus 385 Tremont Ave, East Orange, NJ 07018, USA
Zip Code: 07018
Country: USA
 
Record
SN07356670-F 20250301/250227230044 (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.