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

12 -- 922160 -- Fire Alarm System Upgrade VA Sierra Nevada Health Care System

Notice Date
6/11/2025 9:59:30 AM
 
Notice Type
Sources Sought
 
NAICS
922160 — Fire Protection
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26125R0063
 
Response Due
6/25/2025 9:30:00 AM
 
Archive Date
07/10/2025
 
Point of Contact
Edwin Rivera, Jose Hernandez
 
E-Mail Address
edwin.rivera@va.gov, jose.hernandez1@va.gov
(edwin.rivera@va.gov, jose.hernandez1@va.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS REQUEST FOR INFORMATION (RFI) � SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION Subject: Sources Sought, Upgrade of existing fire alarm system for Department of Veterans Affairs, Veterans Health Administration, Regional Procurement Office West, Network Contracting Office 21 (NCO 21) on behalf of the VA Sierra Nevada Health Care System. 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who can perform the work required for this procurement. 2. NCO 21 is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 922160 � Fire Protection. Background: The Department of Veterans Affairs is seeking contractors to provide all technical support, licensing, associated labor, software/hardware and material required in removal existing EST-3 fire system and replacement with EST-4 fire system per the attached draft PWS. Contractors must demonstrate their ability to meet all requirements listed in this notice. See attached draft PWS for additional information. 1. The estimated magnitude of this construction project is between $250,000.00 and $500,000.00. This information is provided per VAAR 836.204. 2. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See https://www.sam.gov/SAM/pages/public/index.jsf ). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses shall have their ownership and control verified by the Department of Veterans Affairs (VA) and be listed in the SBA Veteran Small Business Certification (VetCert) at https://veterans.certify.sba.gov/. Information Requested: The Government requests that interested parties review the attached PWS and to provide the following capability information identified below to the Contract Specialist, Edwin Rivera, at edwin.rivera@va.gov by 12:30 PM PDT on June 25, 2025. Please place �Attention: Fire Alarm System Upgrade VASNHCS� in the subject line of your email. NOTE: Interested parties are encouraged to provide complete and accurate response to all items, a through l below. a) Business Size (Large/Small) b) Business Socio-Economic Status (SDVOSB, WOSB, 8(a), HUBZone, etc.) c) Identify if you are the Prime contractor or Subcontractor d) SAM Unique Entity ID (UEI) e) DUNS number f) Bonding Capability; per contract and aggregate. Provide amount of aggregate bonding currently available (i.e., amount not committed). g) Anticipated Teaming Arrangements (if applicable). h) Is the anticipated period of performance realistic for this project? i) Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. j) List of Sub-Contractors you intend to use on this project, including but not limited to: Mechanical, Plumbing, Electrical, Controls, and Air-Balance. k) If applicable, how does your company intend to meet the Limitations on Subcontracting as per 13 CFR 125.6? l) Are your Sub-Contractors from the local area or will they be coming from out of the area, if so, from where? The Government requests that interested party submissions in response to this source sought notice be no more than 10 single-sided, type-written pages using Times New Roman 12-point font or larger. Published literature may be any number of pages. NOTES: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who can perform the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE SERVICES REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT�S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. --End of Sources Sought Announcement-- DISCLAIMER Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time. The Department of Veterans Affairs is neither seeking proposals nor accepting unsolicited proposals, and responses to this notice cannot be accepted as offers. Any information the contractor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a6afb781090844229cac9033d6fad504/view)
 
Place of Performance
Address: Reno, NV 89502, USA
Zip Code: 89502
Country: USA
 
Record
SN07474674-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.