4120--Continuous Emissions Monitoring System Preventive Maint Daily inspection, testing, calibration service, and reports
Process Number 36C26222Q0228
Dates:
36C26222Q0228
Department/Ind. Agency:VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier:VETERANS AFFAIRS, DEPARTMENT OF
Sub Command:262-NETWORK CONTRACT OFFICE 22L (36C262)
Office:262-NETWORK CONTRACT OFFICE 22L (36C262)
General Information:
(utc-08:00) pacific standard time, los angeles, usa
Updated Published Date:(utc-08:00) pacific standard time, los angeles, usa
Original Published Date:0000-00-00 00:00:00
Original Response Date:dec 28, 2021 10:00 am pst
Inactive Policy:manual
Original Inactive Date:jan 27, 2022
Initiative:- None***--***
Classification:
4120 - air conditioning equipment
NAICS Code:238220 - plumbing, heating, and air-conditioning contractors
Description:
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. VA Greater Los Angeles Health Care System located at 11301 Wilshire Blvd. Los Angeles, CA 90073 is seeking a contractor to provide daily inspection, testing and calibration service and report filings for three CEMS units (one per boiler). These requirements are to comply with SCAQMD rule 1146 and 218 regulatory requirements. The equipment to be services includes Three (3) Horiba boiler (CEMS) model CLA-510NOx Analyzer, MPA-510 O2 Analyzer, VIA-510 CO Analyzer and ESC-510 Sample Conditioner. Automation Direct PLC, C-More touch screen, Yokogawa paperless chart recorder, sample lines and sample line heaters, peristaltic pumps, Ammonia scrubbers, gages, thermometers, tubing and all other parts of the CEMS unit. The prospective contractor must possess the following qualifications: 1. Contractor must possess CA C-4 boiler license 2. Contractor must be Horiba Factory-Certified in operation and maintenance of Horiba Analyzers 3. Contractor must have programming knowledge of Automation Direct, C-More, Yokogawa and DAS. 4. Contractor must have knowledge of SCAQMD rule #218 and #1146. If you are interested and are capable of providing the required service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 238220? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses. However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 238220 ($16.5 Million). Responses to this notice shall be submitted via email to Jonathan.Ford1@va.gov . Telephone responses will not be accepted. Responses must be received no later than 12/28/2021 10:00 AM local time. After review of the responses to this sources sought announcement, a solicitation may be published on the FedBizOpps or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at https://vetbiz.va.gov.
Attachments / Links:
| Document | Size | Updated date | Download |
|---|
Contact Information:
4811 AIRPORT PLAZA DRIVE SUITE 600
LONG BEACH , CA 90815
USA
Primary Point of Contacts:Jonathan C. Ford