DOCUMENT
J -- Load Bank Tests Portable Generators - Attachment
- Notice Date
- 12/11/2015
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24316N0212
- Response Due
- 12/18/2015
- Archive Date
- 12/21/2015
- Point of Contact
- John Redmond
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCES SOUGHT announcement ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does no obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought announcement MUST be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified businesses. Responses to this notice shall include: A.Company Name B.Address C.Point of contact D.Phone, fax, and email E.DUNS number F.Cage Code G.Tax ID Number H.Socioeconomic Status: "Service Disabled Veteran Owned Small Business "Veteran Owned Small Business "8(a) HUB Zone "Women Owned Small Business "SBA Certified Small Disadvantaged Business "SBA Certified 8(a) "SBA Certified HUB-Zone "Small Business "Other than Small Business Notice to Potential Offerors: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. STATEMENT OF WORK A.GENERAL INFORMATION 1.Title of Project: Load Bank Tests on Ten (10) Cummins Portable Generators- Preventative Maintenance Service. 2.Scope of Work: The contractor shall perform monthly load bank tests on the following Ten (10) Cummins portable generators: Cummins portable generator number 1 located at building 36. Cummins portable generator number 2 located at building 32. Cummins portable generator number 3 located at building 13. Cummins portable generator number 4 located at building 6. Cummins portable generator number 5 located at building 13. Cummins portable generator number 7 located at building 15. Cummins portable generator number 8 located at building 15. Cummins portable generator number 9 located at building 15. Cummins portable generator number 10 located at building 15. Cummins portable generator number 11 located at building 15. This is a monthly preventative maintenance service and it is required to be performed monthly according to TJC standards. The load bank tests shall be performed once per month for a total of nine (9) months on each of the ten (10) Cummins portable generators. The contractor shall perform the monthly load bank tests on each of the ten (10) Cummins portable generators for up to thirty (30) minutes duration at 30% genset rating, including resistive load bank, cable, and tie-in. In addition, the contractor shall perform the following as a special service to each of the ten (10) Cummins portable generators: The contractor shall perform annual load bank tests for up to four (4) hours duration at 30% genset rating, including resistive load bank, cables, and tie-in. The contractor shall provide all labor and materials for the monthly load bank tests and special service. 3.Background: Load bank tests are required to be performed on portable generators on a monthly and an annual basis, according to TJC standards. 4.Performance Period: The period of performance for the monthly preventative maintenance service shall be from 1/1/2016 to 9/30/2016. 5.Type of Contract: The government agrees to contractor price based on firm fixed price. B.GENERAL REQUIREMENTS 1.The preventative maintenance services shall occur during working hours between 8am-4:30pm. 2.Upon completion of such preventative maintenance services, the work and equipment shall be inspected by the Electric Shop Supervisor. 3.Report the acceptance of delivery. Copy of report shall be submitted to the Chief, Engineering Service. 4.Inspections shall be coordinated with the Electric Shop Supervisor at 631-261-4400 x 2939. 5.Vendor shall show valid ID at police check point for access to the facility's repair site. D. CHANGES TO STATEMENT OF WORK 1.Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a COR folder along with all other required documents. Costs incurred by the vendor through the actions of parties other than the Contracting Officer shall be borne by the vendor. E. GOVERNMENT RESPONSIBILITIES 1.The government agrees to pay fair market price plus applicable shipping fee as well as a federal excise tax. F. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS 1.The vendor shall not have access to the Department of Veterans Affairs' computer systems. The certification and accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. G. BILLING/INVOICING 1.Vendor shall bill in arrears. Invoice shall contain specific information such as date of service, amount of service, unit charge, and P.O. number and remit address. Invoices shall be sent to the following address and shall be paid upon approval and certification by a designee through EFT in the financial management system (FMS). Department of VA Financial Services Center PO Box 149971 Austin, TX 78714-8971 All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM) located on the web at www.sam.gov. It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to this announcement must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at https://www.vip.vetbiz.gov/. All interested Offerors should submit information by e-mail (preferred) to John.Redmond2@va.gov and include the RFQ (RFI) number, title of the project (Automatic Swing Doors Operator), and company name in the email subject heading. All responses are to be received NO LATER THAN Friday, December 18, 2015 9:00am EST. Please refrain from telephone communication.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24316N0212/listing.html)
- Document(s)
- Attachment
- File Name: VA243-16-N-0212 VA243-16-N-0212.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2460815&FileName=VA243-16-N-0212-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2460815&FileName=VA243-16-N-0212-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-16-N-0212 VA243-16-N-0212.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2460815&FileName=VA243-16-N-0212-000.docx)
- Place of Performance
- Address: Department of Veteran Affairs;Northport VA;79 Middleville Rd.;Northport, NY 11768
- Zip Code: 11768
- Zip Code: 11768
- Record
- SN03967601-W 20151213/151211234130-65165ba944a9f353cdcdc7b089dda081 (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 |