Louisiana Bids > Bid Detail

4510--629-23-2-633-0206 Backflow Preventer Repairs (VA-23-00038637)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 45 - Plumbing, Heating, and Sanitation Equipment
Opps ID: NBD00159074264683069
Posted Date: Feb 1, 2023
Due Date: Feb 16, 2023
Solicitation No: 36C25623Q0402
Source: https://sam.gov/opp/8f9279a92d...
Follow
4510--629-23-2-633-0206 Backflow Preventer Repairs (VA-23-00038637)
Active
Contract Opportunity
Notice ID
36C25623Q0402
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 01, 2023 02:16 pm CST
  • Original Response Date: Feb 16, 2023 03:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4510 - PLUMBING FIXTURES AND ACCESSORIES
  • NAICS Code:
    • 332913 - Plumbing Fixture Fitting and Trim Manufacturing
  • Place of Performance:
    New Orleans Veteran Affairs Medical Center 2400 Canal St. , LA 70119
    USA
Description
Page 4 of 4
Sources Sought Notice
Title: Backflow Preventer Repairs

Purpose: The New Orleans Veteran Affairs Medical Center located at 2400 Canal St. New Orleans, LA hereby issues the following Sources Sought to Request Information (RFI) with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for:

Backflow preventer test, repair, and certify are required in order to ensure the protection of potable and non-potable water through routine maintenance and inspection of mechanisms to prevent cross contamination water sources. The contract shall aid in this prevention through repairs, testing, and certification of these mechanisms and systems at the New Orleans Replacement VA facility.
The contractor shall provide all parts, travel, labor and materials necessary to provide the testing, repairs, and certification of the backflow preventers and cross connections described herein located at 2400 Canal St., New Orleans, LA. The Contractor shall conduct comprehensive maintenance/repairs on the backflow preventers. The contractor shall maintain an accurate log file/inventory of all backflow preventers being repaired.
Contractor shall ensure that the equipment functions in conformance with the following latest published standards/codes/specifications/regulations to include, but not limited to:
American Backflow Prevention Association (ABPA);
The Joint Commission (TJC);
American Society of Safety Engineers (ASSE);
VA directives;
Louisiana Administrative Code (LAC);
Louisiana State Uniform Construction Code Council (LSUCC)
National Fire Protection Association (NFPA) 25 and NFPA 13;
American Water Works Association; American Water Works Association Cross-Connection Control Policy;
OSHA 1910.141 Rules regarding plumbing cross connections & sanitation......see sec.1910.141(b)(1)(v) ;
Code of Federal Regulations -- Sanitation of water supplies......(29 CFR Sec. 1926.51) ;
Code of Federal Regulations -- Potable Water in the workplace required...(30 CFR Sec. 57.20002) ;
Code of Federal Regulations -- Boiler Water Additives approved for food contact (and potable water through heat exchange devices) ;
Code of Federal Regulations -- Refrigeration Equipment backflow prohibited...(21 CFR Sec. 1250.34) ;
Code of Federal Regulations -- Potable Water Systems on Vessels.......Backflow prevention required.. (21 CFR Sec. 1250.82) ;
Code of Federal Regulations -- Drinking Fountains and Ice Machines must be designed to prevent backflow.....(21 CFR. Sec. 1250.85) ;
OSHA 1910 Subpart J - Confined Space Entry Rules ;
Local, municipal, state and federal regulations pertaining to preservation and mmaintenance of public water supplies and potable and nonpotable water sources.
The Contractor will be responsible for providing all background paperwork certifying and testing of the systems.
A total of 10 backflows failed after installing new block valves from a non-rising stem to rising stem valves. The backflows are located around the interior buidlings including: domestic water and non potable water. Below are the results and locations of the failed backflow preventers.

Please provide the information you deem relevant in order to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by NCO16 as "market research" and will not be released outside of the NCO16 Purchasing and Contract Team.

This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government.

In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ.

Contact Information:
Contract Specialist: Kimberly Anderson
Email address: Kimberly.Anderson6@va.gov
Your responses to this notice are appreciated.

THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements
DISCLAIMER
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.
Responses Requested: The New Orleans VAMC requires all the following information and questions answered in this RFI/SS: Questions and information that is not provided shall be considered nonresponsive to the Request for Information and contractor shall not be considered as part of the market research.

a. Contractors shall provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, and SAM Unique Entity Identification Number.

b. Is your company a SDVOSB, VOSB, or some other socioeconomic category of small business? Please provide proof of qualifications and a copy of your SAM registration.

c. Is your company considered small under the NAICS code 517410?

d. Do you (offer) manufacture the product yourself or a distributor of the items being researched above?

e. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM).

f. Do you (offer) supply a product manufactured by another domestic small business, if it is a nonmanufacturer?

g. Do you (offer) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule?

h. Is your (offer) Buy American Certificate completed in SAM? Please provide evidence with response.

i. Is your (offer) Trade Agreement Certificate completed in SAM? Please provide evidence with response.

j. Information for the name brand or equal product being requested, is it manufactured outside the US-Domestic non-available?

k. Information for the name brand or equal product being requested, is it a foreign manufactured end product under the trade agreement?

l. What is your schedule of delivery after receipt of order for the name brand or equal product?

m. For the name brand or equal product required, Is your company available under any;

Government Wide Agency Contract (GWAC)
General Services Administration Schedules (GSA)
Indefinite Delivery Indefinite Quantity (IDIQ)
Blanket Purchase Agreement (BPA)

If so, please list the contract number for name brand or equal product.

o. Provide descriptive literature demonstrating ability to meet all of the requirement/salient characteristics listed if other than brand name product is being offered. Please provide list of contracts for commercial, federal, state, and local governments. Listed contracts shall provide communication on the government requirement illustrating the capability for comparison. to the name brand or equal product meeting the specific requirements per the draft Statement of Work.

p. Contractors shall provide an estimated industry pricing for name brand or equal product for market research and budgetary purpose.

Opportunity: The New Orleans VAMC, is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the NOLA VAMC in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives.

7. Instructions and Response Guidelines: Sources Sought responses are due by February 16, 2023, at 3:00 pm (CST) via email to kimberly.anderson6@va.gov.

All Questions shall be submitted by February 13, 2023, at 12:00 pm (CST) via email to kimerly.anderson6@va.gov.

Telephone requests or inquires will not be accepted.

Public Information will not be provided and shall be utilized to the full extent possible.

This a New Requirement.

The subject line shall read: 36C25623Q0402 - RFI-Sources Sought NOLA Backflow Repair. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation. (Or you can place a limitation).
Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 01, 2023 02:16 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >