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: 0000-00-00 00:00:00
United States SAM

H299--Elevator Inspection Services - Omaha & GI - NWI

Process Number 36C26322Q0090

USA

Dates:


Notice ID:

36C26322Q0090

Department/Ind. Agency:

VETERANS AFFAIRS, DEPARTMENT OF

Sub-tier:

VETERANS AFFAIRS, DEPARTMENT OF

Sub Command:

NETWORK CONTRACT OFFICE 23 (36C263)

Office:

NETWORK CONTRACT OFFICE 23 (36C263)

General Information:


All Dates/Times are:

(utc-06:00) central standard time, chicago, usa

Updated Published Date:

nov 18, 2021 11:08 am cst

Original Published Date:

0000-00-00 00:00:00

Updated Response Date:

nov 24, 2021 10:00 am cst

Original Response Date:

nov 24, 2021 10:00 am cst

Inactive Policy:

manual

Updated Inactive Date:

mar 03, 2022

Original Inactive Date:

mar 03, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

h299 - equipment and materials testing- miscellaneous

NAICS Code:

541350 - building inspection services

Description:


Original Set Aside:

Page 2 of 2 The purpose of this updated Request For Information Sources Sought notice is to correct the date that all replies must be received. All replies must be received by 11/24/2021 vice 01/24/2021. No phone calls. Send any responses by e-mail only. As this is a Sources Sought Notice for market research purposes, the Government will not accept any technical questions at this time. This is a Sources Sought Notice to determine small business sources capable of providing Employee Assistance Program (EAP) services per this notice under NAICS 541350 (Building Inspection Services). Small business size standard is $8 million. Product Service Code (PSC) is H299 (Equipment and Material Testing - Miscellaneous). BACKGROUND: THIS IS A SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This notice is issued solely for informational, market research, and planning purposes only. It does not constitute a solicitation or a promise to issue a solicitation in the future. This notice does not commit the Federal Government to contract for any service at this time. Further, the U.S. Department of Veterans Affairs, Network Contracting Office (NCO) 23/Services Branch, Sioux Falls, SD, is not at this time seeking offers, and will not accept unsolicited offers. Respondents are advised that the Federal Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this notice will be solely at the responding party s expense. Responses to this notice are not offers and cannot be accepted by the Federal Government to form a binding contract. Although the term offeror is used in this notice, your respective organization s response will be treated as information only and shall not be used as an offer. OBJECTIVE: The objective of this notice is to conduct market research to determine if there are Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) sources capable of providing Elevator Inspection Services for the VA Nebraska Western Iowa Health Care System. DESCRIPTION OF SERVICE: The VA Nebraska Western Iowa Health Care System (NWI) requires Elevator Inspection Services for the Government VHA facilities located in Omaha and Grand Island, NE. PLACES OF PERFORMANCE: VA Nebraska Western Iowa Health Care System (NWI) 4101 Woolworth Avenue Omaha, NE 68105 Includes CBOC at: Grand Island: 2201 North Broadwell Avenue, Grand Island, NE 68803-2196 POTENTIAL SCOPE OF WORK: See attached Scope of Work (SOW) POTENTIAL CERTIFICATIONS AND LICENSURE: See attached SOW SUBMITTAL OF RESPONSES: Responses shall be sent via electronic mail only by 10:00am Central Standard Time (CST), 11-24-2021 to: Curt LaRose Contracting Officer E-mail: curt.larose@va.gov Offerors shall submit a capability statement indicating their ability and experience to provide the services cited above; such statement shall also list: Name of offeror Address of offeror DUNS Number of offeror Point of contact name, phone number, and e-mail of offeror Whether or not vendor is SDVOSB or VOSB; SDVOSB and VOSB will be verified through Vet Biz at https://www.vip.vetbiz.gov. Whether or not vendor has General Services Administration (GSA) Federal Supply Schedule (FSS) contract; if so, please provide GSA FSS contract number certifications and licensure that its applicable staff holds

Attachments / Links:


Document Size Updated date Download

Contact Information:


316 Robert Street N Suite 506

Saint Paul , MN 55101

USA

Primary Point of Contacts:

Curt R LaRose