Description
Statement of Work
4/30/2025 Statement of Work Page 3
4/30/2025 Statement of Work Page 2
PURPOSE: This is a Sources Sought announcement only.
This is not a solicitation announcement. The NCO 15 Consolidated Mail Outpatient Pharmacy(CMOP), Contracting office is conducting market research only to gain knowledge of potential qualified sources and is issuing this sources sought notice for ceiling fan replacement.
Offers are not being solicited at this time. The Government does not intend to award a contract on the basis of this request for information. Vendors are required to address the following questions to be considered a viable source for future needs;
Can you meet the requirement as described in attached the Statement of Requirements?
Any responses to this sources sought must include an answer to all of the above question in order to adequately assess the capabilities of the marketplace in relation to the requirements of this procurement. When responding please include;
Your company s POCs:
Name
Phone Number
Email Address
Your Company s SAM Unique ID Number
Your Company s Capability Statement
Interested sources may respond to this notice via email to kayla.powers@va.gov , on or before May 7th, 2025 @ 10:00 am CDT.
This Request for Information does not obligate VA to the release of a solicitation.
Statement of work
Scope of work:
Contractor to remove and dispose of two existing (Curtis-Toledo) compressors, one existing Kaeser compressor, and all electrical connections to compressors, and all plumbing to compressors. Any value left in the two (Curtis-Toledo) compressors and one Kaeser compressor will be credited to contract.
Install two new 40 HP rotary screw variable speed air compressor with integrated dryer, two condensate drains, one vertical 400 Gal. compressed air storage tank, new electrical connections, connect into existing exhaust duct, and all new plumbing. The new compressors and storage tank shall be installed in the compressor room. The contractor shall connect new compressors to the tank in a parallel configuration, not series. The compressors shall have the ability to operate independently and jointly when needed.
Contractor to install one control and monitoring panel to be in the compressor room These panel will allow control of the compressors, to include proper cycling of units. Display the status of the compressors and compressed air system, including the current running compressor, current system pressure, scheduled on/off, and any errors in the system.
All circuits shall be copper in EMT, located along the same pathway as existing circuits, away from personnel and equipment. Properly label and identify all circuits, breakers, panels, and disconnects by name and source.
Contractor is responsible for all labor, equipment, tools, materials, parts, supplies, transportation, supervision, permits, disposal, and any other items and services necessary. The electrical contractor shall be licensed with the state of Massachusetts. All work shall comply with the local authority, as well as NEC and OSHA.
Justification factors:
The compressed air system is a mission critical element. As a key component of production, it is vital to the success of daily operations.
Air compressors (Curtis-Toledo) have been in service for approximately twenty years. The Kaeser compressor has been in service approximately nine years with major repairs. The addition of many automated pieces of new equipment has greatly increased the demand on the current air compressors.
Currently, there is no way of monitoring or controlling the status of the compressed air system. Having the ability to control and monitor the status of the compressed air system would greatly reduce system downtime.
Minimum Requirements:
Two 125 PSIG rotary screw variable speed compressors w/ Integrated air dryer
One 400 Gallon Vertical Tank 165 PSIG
One monitoring and control panels that will allow control of the compressors, provide on/off timing, alternating cycles, and display, and provide warning of system status and current pressure.
Information Systems Officer, Information Protection:
Not Applicable.
Privacy Officer:
The contractor will not have access to Patient Health Information (PHI), nor will they have the capability of accessing patient information during the services provided to the VA.
Safety Requirement:
Contractor Safety Program readily available during onsite.
Security:
The Chelmsford CMOP is a secure location. All contractors shall comply with local policies and procedures. Contractors must always wear visitor badges and be escorted while working in sensitive areas.
Place of Performance:
10 Industrial Avenue / Room 064 / Chelmsford, MA 01824
Work Hours & Outages:
Work shall be scheduled with Chelmsford CMOP to limit the impact to production and staff during working hours. Working hours are from 0500-1700, Monday through Saturday.
All outages shall be scheduled in advance. The tie-in shall be scheduled for after working hours, and not performed live. All prep work may be accomplished during working hours. After hours labor shall be included in the bid.
Performance Period:
The contractor shall provide Chelmsford CMOP with a project schedule. It is expected that the entire project be completed within 60 days of the Notice to Proceed.
Bid:
Provide a bid utilizing local prevailing wages in accordance with the Davis-Bacon Act and WDOL.gov. Also, separate the bid by RS Means trade/division. Include permitting costs as necessary.
VA Personnel:
Chelmsford CMOP POC:
Michael D Graybeal, Facility Manager
978-244-1311
Contracting Officer:
Kayla Powers