SOURCES SOUGHT
S -- WRJ Compressed Natural Gas
- Notice Date
- 4/30/2025 4:28:56 AM
- Notice Type
- Sources Sought
- NAICS
- 221210
— Natural Gas Distribution
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24125Q0442
- Response Due
- 5/9/2025 2:00:00 PM
- Archive Date
- 07/08/2025
- Point of Contact
- Kenya Mitchell, Contract Specialist, Phone: 860-666-6951
- E-Mail Address
-
Kenya.Mitchell1@va.gov
(Kenya.Mitchell1@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 221210, (Natural Gas Distribution) with a size standard 1150 employees. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing e Compressed Natural Gas (CNG) fuel for White River Junction VA Medical Center� per the Performance Work Statement� below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 5:00 PM EST, 09 May 2025. All responses under this Sources Sought Notice must be emailed to Kenya Mitchell at Kenya.Mitchell1@va.gov and David Valenzuela at David.Valenzuela2@va.gov with RFQ # 36C24125Q0442 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #:� ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered, and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the products as listed in Attachment 2 PERFORMANCE WORK STATEMENT with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 PERFORMANCE WORK STATEMENT Project Name: Compressed Natural Gas (CNG) Fuel Supply Period of Performance: One year with the ability for the VA to exercise 4 additional option year. Project Scope A. Overview The White River Junction VA Medical Center (WRJVAMC) desires to purchase Compressed Natural Gas (CNG) fuel for use in its campus boiler plant. This purchase will be made under a contract that outlines base terms by which to determine the cost components for each unit of fuel and the methodology for calculating the unit price of each delivery. B. Fuel Delivery Requirements Vendor shall deliver CNG to the decompression facility at the North end of the WRJVAMC campus parking lot #7. Deliveries shall be by tractor trailer, which shall be properly parked inside the fence of the offloading area. Throughout the contract Period of Performance, the vendor shall always keep two tractor trailers in place at the VA offloading area. Vendor shall continuously monitor the gas quantity in each trailer and shall deliver a new loaded trailer (just in time) as needed so that at least two trailers are on site at all times. The all in per unit price for the fuel shall fully cover the cost of the CNG commodity, wheeling and delivery service costs, as well as the costs for the installation, inspection, monitoring, and maintenance of related equipment as enumerated in the contract, which includes the so-called decompression skid . CNG flows from the trailers to the decompression skid and then via VA owned underground piping to the boiler plant. The natural gas usage shall be measured by a utility grade meter as the gas exits the decompression skid. Billing shall be rendered monthly through the Tungsten invoicing system as required by the Department of Veteran Affairs. C. Safety Requirements 1. The Vendor shall be responsible for providing all required personal protective equipment (PPE) as well as all applicable safety training and certifications for its personnel. 2. Vendor shall continuously monitor all alarms and systems through a VLAN (Virtual Local Area Network) link that the VA has established. Work Schedule Work shall be completed in conformance with the time schedule requested by WRJVAMC. 1. Normal working hours are from 7:30 AM to 4:00 PM, Monday through Friday. 2. Vendor shall not make deliveries or perform work at the VA facility outside of those hours or on government holidays without prior notification to and approval from the COR, except in response to calls for emergency delivery or emergency service. Information Security and Privacy Statement Information Security: Certification and Accreditation (C&A) requirements do not apply; a Security Accreditation Package is not required. Although unlikely, incidental exposure to protected health information may occur from accessing the work site. Contractor staff shall follow all VA Privacy & Security policies and procedures
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e50e8a40c77342b5a851cf34b27e3732/view)
- Place of Performance
- Address: White River Junction VAMC 163 Veterans Drive, White River Junction, VT 05009, USA
- Zip Code: 05009
- Country: USA
- Zip Code: 05009
- Record
- SN07427124-F 20250502/250430230050 (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 |