SOURCES SOUGHT
59 -- Critical Emergency Lighting Inverter
- Notice Date
- 6/9/2025 1:55:08 PM
- Notice Type
- Sources Sought
- NAICS
- 335132
—
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
- ZIP Code
- 98661
- Solicitation Number
- 36C26025Q0627
- Response Due
- 6/13/2025 12:00:00 PM
- Archive Date
- 06/23/2025
- Point of Contact
- Meredith Valentine, Contract Specialist, Phone: 360-816-2765
- E-Mail Address
-
meredith.valentine@va.gov
(meredith.valentine@va.gov)
- Awardee
- null
- Description
- Sources Sought - Solicitation Number: 36C260xxxxxxx, Project XXX-XX-XXX Title (Adjust To Your Procurement) This is a Sources Sought announcement only. This is not a request for proposals, quotations, or bids; nor a synopsis of a proposed contract action under FAR Subpart 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. No solicitation is currently available. Draft documents (SOW, Drawings, Specifications, etc.) are subject to changeAttach draft documents to provide a further understanding of the requirement. You are providing vendors an opportunity to provide feedback on documents, so draft is appropriate. Watermark your documents draft, if possible. List the documents that are posted. . This notice is for market research purposes to gain knowledge of interest, capabilities, and qualifications of interested Small Business firms. Responses to this Sources Sought may shape the acquisition strategy in developing a competitive requirement. Not responding to this notice does not preclude participation in any future or potential solicitation. It is the intent of the VA to use the information gathered for market research purposes only. Veterans Health Administration, Regional Procurement Office West, Network Contracting Office 20, is conducting market research for a construction contract to (XXXXX enter in project description). Work is located (XXXX enter in location of project). For the principal components of work see the attached draft statement of work, specifications, and drawings. Documents are currently in draft state and industry comment / suggestions are greatly encouragedIf the requirement does not have attachments to utilize, then describe the requirement here. and welcomed. The estimated magnitude for this project is between $1,000,000 and $5,000,000For AE put in the DWFL. For commercial service and supply delete. . Sources are being sought for firms with a North American Industry Classification System (NAICS) code of 237310 - Highway, Street, and Bridge Construction, PSC Z2LB and a with a Small Business Size Standard of $45 million. Sources are highly encouraged to respond to this notice. After review of the responses to this notice, and if the Government still plans to proceed with this project, a separate pre-solicitation announcement will be published on www.SAM.gov. Responses to this announcement are not an adequate response to any future solicitation announcement. Responses are requested with the following information and shall not exceed a total of 2 (twoAdjust the number of pages to match the requirement. A supply requirement can get by with one page, a complex construction requirement may need more pages. The goal is for the vendors to provide just enough information to give the CS/CO confidence that they can provide a quote/proposal at a fair and reasonable price. Adjust subject line language as necessary. ) pages. Email subject line needs to contain the solicitation number XXXXXXX. Please provide the following information: Contact information: Name, address, SAM.gov UEI number, and points of contact with telephone numbers and e-mail addresses. Business Size/Classification (based on NAICS 237310): Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) Capabilities Statement: Description of capabilities to perform construction services as described above and project experience demonstrating relevant experience similar to those described. Include bonding capability information that is consistent with estimated magnitudeRemove if not applicable. . Govt. does not have a waiver to Buy American. Govt. does not have a waiver to the nonmanufacturer ruleOnly applicable for manufacturing NAICS. . SDVOSB or VOSB businesses please include statement on maintaining compliance with VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction, 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies andRemove the clause that does not apply. Products. All other socio-economic businesses please include statement on maintaining compliance with FAR 52.219-14 Limitations on Subcontracting. All other socio-economic businesses please include statement on maintainingOnly applicable for manufacturing NAICS. compliance with 52.219-33 Nonmanufacturer Rule Time: Based on the information provided, please estimate the total project time in days. Products: 52.225-1 Buy American-Supplies, 52.225-2 Buy American Certificate, 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act, 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate, 52.225-5 Trade Agreements, 52.225-6 Trade Agreements Certificate, 52.225-10 Notice of Buy American Requirement-Construction Materials and 52.225-9 Buy American-Construction Materials or 52.225-11 Buy American-Construction Materials under Trade Agreements 52.225-12 Notice of Buy American Requirement-Construction Materials under Trade Agreements will apply to any subsequent procurement actionOnly list the clauses/provisions that will be in the solicitation. . Identify any supplies/products that may conflict with the Buy American requirements. Also, identify and any potential supplies/materials with long lead time estimates. Past Performance/experience: Provide information on contracts of similar scopes of work or construction contracts, briefly describe no more than three (3) contracts (or specific task orders) completed within the past five years of the issue date of this Sources Sought notice. The past performance information should include: Project Title/Contract Number Location: City, State General description of the construction to demonstrate relevance to the proposed project Offerors role Dollar value of contract Name of the company, agency, or government entity for which the work was performed What types of information is required to submit accurate offers? If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractor s name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. NO RESPONSES WILL BE ACCEPTED BY FAX. Responses will not be returned. Telephonic responses will not be honored. Please respond by email only. Send responses to the Contract Specialist, XXXXX, at XXXXXX@va.gov. Responses will be accepted until Oct 01, 2024, 17:00 PM MT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7b24b10a775a41d8972d626dd1f1d1d3/view)
- Place of Performance
- Address: 1601 E Fourth Plain Blvd., Vancouver 98661, USA
- Zip Code: 98661
- Country: USA
- Zip Code: 98661
- Record
- SN07471045-F 20250611/250609230044 (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 |