Wisconsin Bids > Bid Detail

H141--BOILER CHILLER WATER MAINTENANCE BASE +4OYs

Agency:
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159293003284197
Posted Date: Oct 17, 2023
Due Date: Oct 19, 2023
Source: https://sam.gov/opp/fc6b081909...
Follow
H141--BOILER CHILLER WATER MAINTENANCE BASE +4OYs
Active
Contract Opportunity
Notice ID
36C25224Q0030
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
252-NETWORK CONTRACT OFFICE 12 (36C252)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 17, 2023 12:37 pm CDT
  • Original Response Date: Oct 19, 2023 10:00 am CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H141 - QUALITY CONTROL- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 561790 - Other Services to Buildings and Dwellings
  • Place of Performance:
    CLEMENT J. ZABLOCKI VA MEDICAL CENTER MILWAUKEE , WI 53295
    USA
Description
The Great Lakes Acquisition Center (GLAC) in Milwaukee, WI is searching for vendors with the capability to provide Boiler/Chiller Water Maintenance at the Clement Zablocki VA Medical Center, 5000 W. National Avenue, Milwaukee, WI.

The Contractor shall provide all labor, material, tools, management, travel, and maintenance and testing of the Chiller Plant, Boiler Plant make up water, CLC Hydronic System and associated out building locations. Contractor shall also provide closed loop testing, and maintenance and utility water testing. The facility required neat delivery.

Contractor shall provide chemicals, maintain, and test all make up water supply system to include, but not limited to automated chemical feeder systems and associated make up water equipment such as cooling tower, boiler plant and outbuildings make up water units and closed glycol loops. The contractor shall be responsible to supply factory-trained technicians to replace, upgrade, and maintain the system and to respond to and repair in the event of unit failure in a rapid manner. In the event of a unit failure, Contractor will be required to return unit to working order within two (2) business days.

Expected frequency of routine service is weekly until water numbers are stable and then monthly.

All interested, responsible sources must submit a brief summary of their capabilities to this office by 10:00 AM Local/Central on Thursday October 19, 2023 to include detailed description of the firm s experience in providing this service, UEI number, name and phone number of a point of contact in case further information is needed. Summaries must be submitted via email to susan.pasholk@va.gov. Telephone inquiries will not be returned.

This RFI is issued solely for information and planning purposes to determine availability of qualified vendors and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. The procurement will be competed under NAICS 561790. Please note that this is not a request for proposal and the Government is seeking information for market research purposes only. The Government may or may not issue solicitation documents.

NOTE:
Limitations on Subcontracting

13 CFR §125.6 will apply to any procurement set-aside for veteran-owned small businesses (SDVOSBs or VOSBs) or small businesses. 13 CFR §125.6 states:
(a) General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold (as defined in the FAR at 48 CFR 2.101) in paragraph (a) introductory text; and an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that:
(1) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.

For an SDVOSB set-aside, similarly situated means other SDVOSB firms. Â Â Â Â

Look for any further information on opportunities.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 17, 2023 12:37 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >