The RFP Database
New business relationships start here

Fire Pump Panels


Arizona, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

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. Please advise if you carry this product or a suitable or equal . Also include company socio/Economic status and size. If you have any questions or concerns in reference to the Parts Listing please provide as well. EMAIL INFORMATION TO: James.Vercoe@VA.GOV
ALL RESPONDANTS MUST BE MANFACTURERS OR AUTHORZED DISTRIBUTORS. NO REFURBISHED OR GRAY MARKET ITEMS WILL BE ACCEPTED.
It is anticipated that a Request for Quotes will be issued in June 2019. Award of a firm fixed price contract is contemplated by June 2019. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively.
Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance (3) intentions of subcontracting program to include set-asides if any; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) If you are a distributor a statement from the manufacturer that your company is a authorized distributor; (6) a statement to inform the government if you are a manufacturer or distributor; (7) any information regarding FSS Schedule availability; (8) any other pertinent company documentation.
The response date to this Sources Sought notice is May 28 2019 at 12:00 pm AZ time. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via james.vercoe@va.gov.
NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION.
This procurement is for NEW Equipment ONLY; no remanufactured or "gray market" items. Vendor shall be an Original Equipment Manufacturer(OEM authorized dealer, authorized distributor Or authorized reseller for the proposed equipment such that
OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. All Equipment must be covered by the manufacturer warranty. The quote MUST include evidence of authorized distributor status for the manufacturer being quoted.

Technical Requirements: Suggested Equipment
For Building 41: The contractor will provide and install a new fire pump control panel, replacing existing damaged panel. The associated fire pump sensing line will be disassembled and reassembled to ensure proper functioning. The existing automatic transfer switch will be removed and replaced with a new UL listed transfer switch. The contractor will provide all electrical detachments and connections. The contractor will test and commission the fire pump upon installation, to including testing at 100% of rating, testing at 150% of rating, inspecting packing glands, inspecting fire pump rotation, and testing automatic start and stop functions from the controller to the motor.

For Building 3: The contractor will provide and install a new fire pump control panel with automatic transfer switch, replacing existing damaged panel. An additional 10 to 15 feet of wiring will be connected to existing wiring and new controller to allow for transfer switch on the new panel.

All work shall be in accordance with NFPA 13 and local fire code.


Place of Performance.
The equipment shall be delivered F.O.B. NMVAHCS, located at 1501 San Pedro Dr. SE, Albuquerque, NM 87108.

James Vercoe
james.vercoe@va.gov

james.vercoe@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP