Inactive
Notice ID:36C24223Q0790
This is a SOURCES SOUGHT NOTICE only. This is not a request for formal proposals or quotes. No formal solicitation document currently exists. This request is for planning purposes only and shall not b...
This is a SOURCES SOUGHT NOTICE only. This is not a request for formal proposals or quotes. No formal solicitation document currently exists. This request is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. The NAICS Code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electric) Repair and Maintenance with a size standard of $12.5 Million. PURPOSE AND OBJECTIVES: The intent of this Sources Sought Notice is to identify potential offerors capable of testing and repairing automatic doors to return them to full functionality, at the VA New York Harbor Heath Care System Manhattan Campus (423 E 23rd St, New York, NY 10010). The proposed contract action is expected to be a one-time Firm Fixed Price contract with a period of performance approximately August 1, 2023, through July 31, 2024. STATEMENT OF WORK SUMMARY: The Manhattan VA Medical Center requires testing and repairs for approximately 22 sets for automatic doors to resolve functionality issues. Door manufacturers include Gensteel, Stanley, Underwriters Laboratory Inc., Besam, and Warnock Hersey. RESPONSE: Responses to this Sources Sought Notice should demonstrate the firm's experience in delivering the service listed above, as well as capability of performing these services in the areas listed above. Responses should include the following information: Business name, address, Sam UEI number, business size and Socioeconomic Category (HUBZone, 8(a), Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, Small Business, Large Business, etc.), FSS Contract # if applicable, and point of contact to include e-mail address and telephone number. Offerors will be required to be registered in the System for Award Management (www.sam.com) prior to any future offer. Any interested capable parties shall submit their response by email prior to the response date and shall include the information requested herein. All responses must be submitted via e-mail to Christopher.Weider@va.gov.