Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2012 FBO #3996
DOCUMENT

J -- Maintenance Inspection for Emergency Generator at MEDVAMC. - Attachment

Notice Date
10/31/2012
 
Notice Type
Attachment
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of Veterans Affairs;Acquisition & Materiel Management;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
VA25612Q2252
 
Response Due
11/7/2012
 
Archive Date
1/6/2013
 
Point of Contact
kieu.dinh@va.gov
 
E-Mail Address
Contract Specialist
(Kieu.Dinh@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a commercial item acquisition to proposed 100% set aside for Service-Disabled Veteran Owned and only qualified offerors may submit bids. The NAICS Code applicable to this procurement is 335312 with a small business size standard of 1,000 employees. The awarded contractor performance start date is from the contract award date through September 30, 2013 for the base year plus four option years for providing all skilled labor, materials, parts, equipment, tools, travel, and supervision for preventive maintenance, inspections and repairs for diesel emergency generators at Michael E. DeBakey Veterans Affairs Medical Center (MEDVAMC) located at 2002 Holcombe Boulevard, Houston, Texas 77030, as described below: GENERAL REQUIREMENT Contractor shall furnish all skilled labor, materials, parts, equipment, tools, travel, and supervision for providing preventive maintenance, inspections and repairs for (12) diesel emergency generators and perform repairs to subsystem and controls associated with the Emergency Power Supply System (EPSS) located at the Michael E. DeBakey VA Medical Center, 2002 Holcombe Boulevard, Houston, Texas listed on the schedule of this contract. The services under this contract shall also include the removal and disposal of replaced parts and/or articles in accordance with applicable guidelines stated herein. SPECIFIC CONTRACT WORK REQUIREMENTS I. Preventive Maintenance(PM I) Inspections. The preventive maintenance procedure will consist of a visual and functional inspection of the entire instrument with the instrument being cleaned and worn or defective parts being replaced when necessary, as per manufacture's specifications PMI are to be scheduled at least two work weeks in advance with the Contracting Officer Representative (COR). Scheduled PMI includes the following: a)Engine Lubrication System: Check for leaks, replace filters, and change oil. b)Engine Air Cleaners: Wet type: clean and change oil. Dry type: Clean and replace filter. c)Ignition System: Check/replace ignitors, check magneto, and set timing d)Governor: Check and set, speed, sensitivity, oil level. (Add oil as required) e)Engine Cooling System: Check general condition, check antifreeze and add as required, check coolant level, pressure test system, replace belts (as required). f)Engine Electric System: Hydrometer test and load test battery, clean and g)lubricate battery posts and cables, replace cables (as required), check battery h)charger. Battery load test to be as per NFPA requirements. i)Engine Fuel System: Check for leaks, check all connections and flexible hoses, adjust carburetor, clean fuel strainers, replace flexible fuel hoses (as required), replace fuel filters. j)Engine Exhaust System: Check for leaks, corrosion, and check condensation trap and muffler condition. k)AC Generator: Check brushes for wear, check lubrication of rear generator bearing. l)Instrumentation: Check all instruments for proper operation. m)Check timers and relays for proper operation. Check all connections for tightness. n)Check safety circuits/shutdown/alarm systems. o)Run engine unloaded at Contracting Officer's Representative request and in his presence. p)Furnish the following parts and supplies as required in the process of the above inspections: Engine crankcase oil Engine oil filter elements and air filter Igniters Belts: fan and alternator Generators brushes Flexible hose: water and fuel (except for woven metal hoses) Fuel filter elements Battery cables Antifreeze Batteries ADDITIONAL SERVICES: Contractor to provide miscellaneous and emergency contract services for repairs to generators at the MEDVAMC. Contractor to provide an hourly cost for emergency call back services not to exceed 50 man hours. Emergency call back services should be bid at contractor's overtime rate. Service will consist of any emergency services or repairs to any of the generators on the MEDVAMC campus. Contractor shall provide an allowance of $40,000 per year for repair and replacement of all components and subsystems associated with emergency power supply system (EPSS). In the event that any unwarranted components were to fail, the contractor shall repair or replace such components in order to correct the problem. Pricing of components are based on the current GSA schedule and will be subtracted from the $40,000 allowance. If at the end of the year the MEDVAMC does not use all of the $40,000 allowance, the contractor shall work with the VA to purchase components or additional technical services to enhance system performance or to be used in the future as spare parts. This allowance can also be used for any additional labor that is needed beyond the scope of this agreement. Written documentation of all repair and replacement costs will be provided to the MEDVAMC at the end of each quarter showing the status of the allowance. Load test generator #1, Bldg. 114 each year. All parts and labor included. Location or Work Buildings 106, 105, 1 05A, 109 and 114. Disposal of Removed Parts and Articles Upon receiving approval from the Contracting Officer's authorized representative, Contractor shall be responsible for disposing all removed parts and articles in accordance with the applicable manufacture's, industry's, federal, state, and local guidelines. Codes Compliance All electrical work shall comply with the latest applicable rules of the National Electric Code, National Electrical Safety Code, and the National Fire Protection Association 99 (Health Care Facilities). Electrical equipment and material shall be UL approved, whenever applicable. The Contractor shall furnish only new standard parts. All parts shall be of current manufacture and shall have versatility with presently installed equipment. All new installed replacement parts become the property of the Government. Replaced parts shall be disposed of by the Contractor after obtaining approval from the Contracting Officer or her designee. All material and equipment shall be installed in accordance with the recommendations of the manufacturer, as approved by the Contracting Officer to conform to the contract documents. The Contractor shall obtain the Contracting Officer's approval of the machinery and mechanical and other equipment to be incorporated into the work. When requesting approval, the Contractor shall furnish to the Contracting Officer the name of the manufacturer, the model number, and other information concerning the performance, capacity, nature, and rating of the machinery and mechanical and other equipment. When required by this contract or by the Contracting Officer, the Contractor shall also obtain the Contracting Officer's approval of the material or articles which the Contractor contemplates incorporating into the work. When requesting approval, the Contractor shall provide full information concerning the material or articles. When directed to do so, the Contractor shall submit samples for approval at the Contractor's expense, with all shipping charges prepaid. Machinery, equipment, material, and articles that do not have the required approval shall be installed or used at the risk of subsequent rejection. All work under this contract shall be performed in a first-class, skillful, and workmanlike manner. The Contracting Officer may require, in writing, that the Contractor remove from the work any employee the Contracting Officer deems incompetent, careless, or otherwise objectionable. All work under this contract shall be performed and accomplished by competent and experienced personnel who are trained and certified by the manufacturer of the model listed in this contract. Contractor shall be required to furnish valid proofs of this training and certification as well as related-work experiences as one of the bidder's qualification for the offer to be considered. Delivery Schedule The Contractor shall be required to commence and finish all required work under this contract within 30 calendar days after the date the Contractor receives the notice to proceed. The time stated for completion shall include final cleanup of the premises. The Request for Quote (RFQ) will be available for download from www.fbo.gov on or about November 7, 2012. The anticipated closing date for submitting proposals is 4:00 PM CST on November 20, 2012. Interested offerors are solely responsible for monitoring website www.fbo.gov for amendment(s) to the RFQ, if any, and acknowledging them in accordance with the requirements stipulated in the amendments. All questions related to this announcement and the RFQ must be in writing and emailed to the Contracting Specialist, Kieu Trish Dinh at kieu.dinh@va.gov. Phone or faxed inquiries will NOT be accepted. Faxed proposals are NOT allowed. All responsible sources may submit a proposal that will be considered by the agency. As of November 19, 2003, all Contractors are required to register in the System for Award Management database before an award. Contractors are responsible for the accuracy of information added to SAM. To register, go to http://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25612Q2252/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-12-Q-2252 VA256-12-Q-2252_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=514891&FileName=VA256-12-Q-2252-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=514891&FileName=VA256-12-Q-2252-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02921793-W 20121102/121031234014-6bae17b6ebe2a3eb80fe4a1d7b50e200 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.