Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2025 SAM #8600
SOURCES SOUGHT

J -- SOURCES SOUGHT NOTICE - DE-GAS THREE TRANSFORMERS - FOR Hershel Woody Williams VAMC - 581-25-4-507-0185

Notice Date
6/11/2025 5:40:33 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24525Q0577
 
Response Due
6/26/2025 7:00:00 AM
 
Archive Date
08/25/2025
 
Point of Contact
Bill Pratt, Contracting Officer, Phone: 410-642-2411 ext. 22230
 
E-Mail Address
Billie.Pratt@va.gov
(Billie.Pratt@va.gov)
 
Awardee
null
 
Description
Page 1 of 3 SUMMARY: Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this request for sources sought notice in order to identify vendors that are interested in and capable of providing contractor services. For a contractor that can degas 3 transformers located at the Hershel Woody Williams VAMC. STATEMENT OF WORK A.1 INTRODUCTION The Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 needs to degas 3 transformers. A.2 BACKGROUND The main campus transformers (3) are malfunctioning most likely due to age. The three transformers require more frequent testing to ensure they do not have a catastrophic failure. A.3 SCOPE OF WORK Vendor will provide all labor, material, equipment, tools, and supervision necessary to meet the Statement of Work below. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 Tasks to be accomplished: Provide on-site dielectric fluid processing and reclamation of three (3) transformer(s) TRANSFORMER SUMMARY: Serial Number Location Gallons of Fluid Fluid Type Primary Voltage Energized Processing 53486 VA Hospital 736 MODF 34.4 kV N 880988A1 VA Hospital 910 MODF 34.4 kV N PKF0478 VA Hospital 540 MODF 34.4 kV N Mobilize a field service crew and equipment to the job site. Set up the vacuum processing rig and other equipment needed for the project. Ensure proper grounding on all equipment involved in the project. Perform ten (10) circulations of the fluid in each of the transformers through the vacuum-processing rig. This will remove the dissolved gases from the oil. If any transformer needs to be topped off, there will be an additional charge for the dielectric fluid that is used to ensure the transformer is at the proper operating level. This will need to be discussed/approved by the Program POC prior to completion and PO number will be provided to the contractor outside of this contract for fluid charge prior to topping off fluids. Sample the dielectric fluid in the transformer and have it tested for dielectric strength (D-877), interfacial tension, neutralization number, color number, moisture content in the oil and a dissolved gas analysis. Clean the work area by removing any debris that was generated by PSS during the project. The crew and equipment will depart from the job site. Vendor will provide services within 14 days upon contract award. STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington, WV 25704. Delivery vehicles shall keep traffic disruptions to a minimum. Use of any other entry points must be approved by Chief, Engineering Service prior to use. Vendor shall deliver required parts or equipment specified above during approved work times. C.2 Period of Performance Vendor will provide services within 14 days of contract award. Approved work times for this job shall be normal working hours of 8AM 430PM . The Contractor shall perform all services during normal business hours. C.3 Special Considerations C.3.1 Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material, and labor to perform the work described above. The work will include all items as described in the Scope of Work listed above. C.3.2 Government Furnished Materials and Services. Government furnished property, if any, will be identified and will only be used for the performance of this contract unless otherwise authorized by the Contracting Officer. The Contractor shall, at all times, take any and all steps necessary for maintenance and preservation of all Government-furnished property. The Contractor shall comply with all reasonable requests of the Contracting Officer to enclose, or specifically protect, Government-furnished property. C.3.3 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type of work. C.3.4 Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job. C.3.5 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds. C.3.6 Security. The C&A requirements do not apply, and a Security Accreditation Package is not required. This acquisition does not involve storage, generating, transmitting, or exchanging of VA sensitive information. It does not require C&A a MOU-ISA for system interconnection. Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. C.3.7 Smoking Policy. The Contractor shall not allow smoking in any building. The VA is a smoke-free facility. This includes the use of electronic cigarettes and vaping devices. Interested & Capable Responses: Must respond with the following information. NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Huntington VA Medical Center. Please respond to this RFI/Sources Sought Notice 36C24525Q0577 with your: Business name (including Unique Entity ID (SAM.gov) Business type, socio-economic status (e.g., Veteran-Owned, Woman- Owned, Disadvantaged Small Business, 8(a), etc.), and Person of contact (including telephone number & email address). Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities. Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS) Brief Summary of categories of services that your company can/cannot provide. Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable) Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response: Do you intend to self-perform this effort? If you are located outside the immediate area, how will you self-perform? Or do you intend to subcontract work under this contract? If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting? Response Instructions: Responses must be submitted by 10:00 AM (ET) June 26, 2025. Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov. Respond: 36C24525Q0577 Sources Sought Notice | Company Name This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred as a result of a vendor s attendance to the Site-Visit nor the preparation of responses submitted as a result of this notice. Bill Pratt Contract Specialist VHA, NCO 5
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b0a44f11b0a4481ea5b738b20b57db12/view)
 
Place of Performance
Address: Department of Veterans Affairs Hershel Williams VA Medical Center 1540 Spring Valley Drive, Huntington, WV 25704, USA
Zip Code: 25704
Country: USA
 
Record
SN07474639-F 20250613/250611230049 (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.