Indiana Bids > Bid Detail

N063--Rekey Ft Wayne Campus 610A4-24-206

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159649089542332
Posted Date: Jun 12, 2023
Due Date: Jun 23, 2023
Solicitation No: 36C25023B0053
Source: https://sam.gov/opp/7b413d08be...
Follow
N063--Rekey Ft Wayne Campus 610A4-24-206
Active
Contract Opportunity
Notice ID
36C25023B0053
Related Notice
36C25023B0053
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 12, 2023 03:31 pm EDT
  • Original Response Date: Jun 23, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: N063 - INSTALLATION OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561622 - Locksmiths
  • Place of Performance:
    Fort Wayne VA Medical Center Fort Wayne , IN 46805
    USA
Description
This is a Sources Sought notice ONLY. The purpose of this Sources Sought notice is solely for information and planning purposes and does not constitute a solicitation. Please do not submit a proposal in response to this notice. This notice is to assist the VA in the determination of sources only. A solicitation is not currently available. Responses to this Sources Sought Notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 561622, Locksmiths. This U.S. industry comprises establishments primarily engaged in (1) selling mechanical or electronic locking devices, safes, and security vaults, along with installation, repair, rebuilding, or adjusting services or (2) installing, repairing, rebuilding, and adjusting mechanical or electronic locking devices, safes, and security vaults. Small Business Size Standard is $25,000,000.00.
The Department of Veterans Affairs (VA), Fort Wayne VA Medical Center, Fort Wayne, IN, is seeking a Contractor to complete the project Rekey Fort Wayne Campus 610A4-24-206
Project Includes:
The VANIHCS, 2121 Lake Ave, Ft. Wayne, IN 46805 intends to procure and to update its facility with a new patented keying system. This upgrade will include the installation of the Cormax keying system cores and keys or equal. Cormax is a patent core and key system developed by Best Access Solutions and distributed by local companies.
This shall be a turn-key project with the Contractor supplying all materials, labor, supervision, and transportation to complete the removal of old cores and keys and the install of new cores and keys. Approximately 65 Departments are involved, and the installer will be responsible for providing a survey to ensure all locksets are covered.
Contractor shall provide all labor for removing old cores and installing new cores in VANIHCS-FTWAYNE and annex facility via a phased plan. Contractor shall conduct a site survey coordinating with facility representative, department supervisor, and key coordinator to facilitate key schedule for each department. All keys will be cut and delivered one week before start of that department core exchange.
Contractor must have a permanent assigned locksmith on-site through-out the project to facilitate coordination with facility representative. Contractor must be able to cut keys and rekey onsite for any changes that may happen. Unexpected changes should be part of the base bid
An installer certified by Best Access Solutions products will be responsible for conducting onsite keying meeting(s) with staff to develop customized keying hierarchy and schematic to meet facility keying requirements. An installer certified by Best Access Solutions will have a manufacturer s representative at all keying meetings to maintain factory master key system integrity.
This is operational medical center; contractor should collaborate with engineering to determine best times to proceed with installation to be as undisruptive of operations as possible. Please include proposed hours of operation in RFI response.
All work will be performed within the on-site campus of the Fort Wayne VAMC, located at 2121 Lake Avenue, Fort Wayne, IN 46805. The Contractor shall complete all work within 120 days following Notice to Proceed.
Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions and developing a potential procurement strategy. After review of responses to this sources sought synopsis, a solicitation announcement may be published in the SAM.gov website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond directly to any corresponding solicitation by submitting a proposal.
Responses: If you are interested and are capable of providing the required construction services, please provide the requested contact information. Responses to this notice should include a company name, address, point of contact (Name, Phone Number and e-Mail Address), DUNS number, business size, Socioeconomic Status (Veteran Owned, SDVOSB, HUBZONE, 8(a), etc.) and a capability statement. Information should be in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc. that will facilitate making a capability determination. Direct all responses via email to Samuel Galbreath, Contract Specialist, at Samuel.galbreath@va.gov by June 23, 2023, 4:00PM EST.
Please limit your response to this notification to five pages.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >