Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2025 SAM #8559
SOURCES SOUGHT

H -- Water System Maintenance and Testing l KCVA

Notice Date
5/1/2025 9:51:39 AM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25525Q0344
 
Response Due
5/16/2025 8:00:00 AM
 
Archive Date
05/26/2025
 
Point of Contact
Leslie Ross, Contracting Officer, Phone: 913-946-1964
 
E-Mail Address
leslie.ross2@va.gov
(leslie.ross2@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER 1. 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. 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. 2. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION 3. This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 541380. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. 4. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: Water Treatment Systems Maintenance and Testing Services The contractor will provide all tools, labor, materials, test equipment and supervision to perform all tasks as outlined in this Performance Work Statement at the Kansas City, VA Medical Center, Main Campus at 4801 Linwood Boulevard, Kansas City, MO 64128 and the Transitional Residence (TR) Building at 5100 E. 24th Street in Kansas City, Missouri 64127. The Kansas City VA Medical Center requires a comprehensive Water Management Program, validation testing, maintaining or replacing of consumable equipment, and a web-based data management system to meet VHA Directive requirements. The Medical Center maintains multiple individual water treatment sites throughout the facility, each requiring regular technical service for routine testing, maintenance, troubleshooting, and repair according to all applicable standards. Due to the critical nature of the systems supported by the specialty water treatment systems, a 100% uptime is mandatory. Service Coverage: The Contractor shall provide comprehensive water management services including development, implementation, and maintenance of a facility-wide Water Management Program (WMP) that ensures compliance with all applicable standards and regulations. Services shall include: a) Water Management Program Development and Implementation b) Continuous Water System and Other Equipment Monitoring c) Regular Testing and Maintenance Services d) Emergency Response Services e) Documentation and Reporting f) Quality Control and Validation Primary Objectives: The Contractor shall: a) Develop and implement the Water Management Program within the Base Year and maintain throughout contract time frame. b) Maintain continuous compliance with all applicable regulatory requirements. c) Ensure that KCVAMC water systems and equipment meets or exceeds requirements for successful operations. d) Provides responsive emergency and routine testing and maintenance services. 5. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the services that fulfill the requirement. If you are interested, and are capable of providing the sought out services, please provide the requested information as well as the information indicated below. Failure to respond to all questions in this sources sought will determine the interested party as non-responsive which may affect a set-aside decision for a resulting solicitation. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: a. Please provide your UEI number. b. Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? c. Is your company considered small under the NAICS code identified under this RFI? d. If you are identified as a SDVOSB/VOSB or SB, identify how you intend to meet the requirements found in the limitations on subcontracting FAR or VAAR clauses. (providing 51% of the work outlined in section 4 above) e. Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number(s). f. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described above. 6. Responses to this notice shall be submitted via email to Leslie Ross at Leslie.ross2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, May 16, 2025, at 10:00 AM CT. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f6554195cbff43ac809e5aed26a6e689/view)
 
Place of Performance
Address: Kansas City, VA Medical Center 4801 Linwood Boulevard, Kansas City 64128, USA
Zip Code: 64128
Country: USA
 
Record
SN07428632-F 20250503/250501230052 (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.