Description
Page 3 of 3 THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS Â The
Department of Veterans Affairs is conducting a sources sought to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they
are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the
North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the
appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a
response to this notice. Small businesses concerns shall be capable of providing the necessary equipment and personnel to furnish service in the volume required for all the items under
this contract. Contractor shall meet all requirements of Federal, State or City codes regarding operations of this type of service. The NAICS code is 238220 (Size Standard: $19.0) The
intent of this notice is to determine the availability of qualified commercial sources technically capable of performing the services required to replace a Boiler Blowdown/Blowoff Tank as
outlined in the Scope of Work below. The Boiler in need of servicing is in the central energy plant, at the Ralph H. Johnson VA Medical Center (RHJ VAMC), located at 109 Bee Street,
Charleston, South Carolina. Scope of Work The contractor will provide all supervision, labor, equipment, and materials needed to replace the blowoff tank in the central energy plant at
the Ralph H. Johnson VA Medical Center (RHJ VAMC). The blowdown tank provides a safe means of controlling boiler blowoff water. The blowoff tank is in the central energy plant (C104).
Work will be in accordance with this Statement of Work and will consist of the following: Replacement will include removal of the old blowoff tank including associated piping and
preparing the installation area for the new blowoff tank including new piping to tie it into existing system. It is recommended that a site visit be conducted to understand the logistics
of removing the existing blowoff tank and moving the new blowoff tank into place for installation. Installation of the new blowoff tank should be in accordance with manufacturer
guidelines and industry best practices. Connect the new pump to the existing motor and system and test for proper functionality. Make any necessary adjustments to ensure optimal
performance. Note: Impact of this work shall be minimized and mitigated in a way that limits disruption to the functioning of the RHJ VAMC. Scheduling and coordination with the RHJ VAMC
will be critical and must be approved by Contracting Officer s Representative (COR) prior to work. (End of Scope of Work) Potential offerors having the skills, experience, professional
qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements shall not exceed
three (3) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small
Business Size/Certification (to include 8(a), HUB Zone, SDVOSB, etc.); and (4) Familiarity and product knowledge. Responses are due no later than 12:00pm EST, Monday, July 22, 2024, and
shall be electronically submitted to: Monica.Reed@va.gov. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is
strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.