Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-26 14:10:00
United States SAM

J091--Cleaning Underground Storage Tanks - LEB | 595-22-1-5082-0008

Process Number 36C24422Q0061

USA

Dates:


Notice ID:

36C24422Q0061

Department/Ind. Agency:

VETERANS AFFAIRS, DEPARTMENT OF

Sub-tier:

VETERANS AFFAIRS, DEPARTMENT OF

Sub Command:

244-NETWORK CONTRACT OFFICE 4 (36C244)

Office:

244-NETWORK CONTRACT OFFICE 4 (36C244)

General Information:


All Dates/Times are:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Original Published Date:

2021-10-26 14:10:00

Original Response Date:

Nov 02, 2021 02:00 pm EDT

Inactive Policy:

Manual

Original Inactive Date:

Nov 05, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

J091 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FUELS, LUBRICANTS, OILS, AND WAXES

NAICS Code:

561210 - Facilities Support Services

Description:


Original Set Aside:

This is a SOURCES SOUGHT NOTICE only. Responses to this notice will be used for information and planning purposes. No quotes are being requested or accepted at this time with this notice. The Department of Veterans Affairs, Lebanon VAMC, has a requirement for necessary labor, equipment, additives and materials necessary to clean and treat fuel contents in several storage tanks at the Lebanon VA Medical Center located at 1700 South Lincoln Avenue, Lebanon PA, 17042-7529. Potential Sources shall respond with their ability to provide these services as outlined in the draft SOW (Attachment 1). The North American Industry Classification System (NAICS) code being considered for this procurement is 561210, Facilities Support Services, and the Product Service Code (PSC) is J091 Maintenance, Repair, and Rebuilding of Equipment- Fuels, Lubricants, Oils, and Waxes. The Small Business Size Standard is $41.5 million. Responses to this notice should include the following: 1. Company name 2. Data Universal Numbering System (DUNS) number 3. Company s address, 4. Point of Contact information (i.e. title, phone number and email address) 5. Company s capability to meet this requirement and any pertinent information which demonstrates the company s ability to meet the above requirements. 6. GSA Federal Supply Schedule contract number, if within scope of this effort (if applicable). 7. Company s type of business (small or large) and socioeconomic status whether Service Disable Veteran Owned, Veteran Owned, Hubzone, 8(a), Women Owned, Small Disadvantaged, etc. If applicable, Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must be verified in www.VetBiz.gov. Response should provide enough information to determine if the vendor can comply with the limitations on subcontracting as defined in VAAR 852.219-74 and all applicable CFR references where applicable. All responses shall be submitted in writing via email no later than 2:00 PM (ET) November 2, 2021 to Nicholas Guzenski at nicholas.guzenski@va.gov. Simply responding as an interested party in www.fbo.gov does not constitute your company as a source. Offeror must provide the above requested information. After review of the responses to this sources sought notice, a solicitation announcement may be published on the FBO website in the near future. Responses to this sources sought announcement are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the forthcoming solicitation announcement, in addition to responding to this sources sought notice. All interested parties must be registered with System for Award Management (SAM) at https://beta.sam.gov in order to be eligible for award of Government contracts. 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. In accordance with FAR 15.201(e), 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.

Attachments / Links:


Document Size Updated date Download

Contact Information:


1010 DELAFIELD ROAD

PITTSBURGH , PA 15215

USA

Primary Point of Contacts:

Nicholas Guzenski