Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2016 FBO #5411
DOCUMENT

J -- SEMI ANNUAL MAINTENANCE ON (5)GENERATORS - Attachment

Notice Date
9/14/2016
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25016Q0684
 
Response Due
9/13/2016
 
Archive Date
11/12/2016
 
Point of Contact
TRACY HUDSON
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICIATION VA246-16-Q-0684 Service Contract for Maintenance on (5) Generators VAMC Cleveland, OH This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a written solicitation will not be issued. Quotes shall reference VA246-16-Q-0684. This request for Quote (RFQ) document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-89 The Network Contracting Office 10-SAO Central intends to award a firm-fixed price requirements contract for maintenance of (5) generators(see statement of work below) at the Louis Stokes Cleveland VAMC, 10701 East Boulevard, Cleveland, OH 44106-1702. The North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5 million. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. Question concerning this solicitation shall be addressed to Tracy Hudson, Contract Specialist, and emailed to tracy.hudson3@va.gov. All questions or inquires must be submitted no later than 4:00PM Eastern Standard time on September 16, 2016. No phone call will be accepted. Any amendments to this RFQ will ONLY be available on the Federal Business Opportunities website (www.fbo.gov). The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price and shall meet the requirements of the Statement of Work. Quotes are due by 12:00 Noon Eastern Standard time on September 22, 2016. Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to tracy.hudson3@va.gov. SCHEDULE OF SERVICES No obligation will be incurred by the Department of Veterans Affairs except for services rendered under this contract pursuant to referrals issued by the Department of Veterans Affairs for Annual and Semi-Annual maintenance of (5) CAT generators. ? PRICE/COST SCHEDULE BASE YEAR: October 1, 2016 through September 30, 2017 CLINDESCRIPTION OF SERVICES QTYUNITUNIT PRICE AMOUNT 0001Semi-Annual PM Generator CAT 3508 2DN01568 1000kw1YR 0002Annual PM Generator CAT 3508 2DN01568 1000kw1YR 0003Semi-Annual PM Generator CAT 3508 2DN01569 1000kw1YR 0004Annual PM Generator CAT 3508 2DN01569 1000kw1YR 0005Semi-Annual PM Generator CAT 3512 G6L00108 1500kw1YR 0006Annual PM Generator CAT 3512 G6L00108 1500kw1YR 0007Semi-Annual PM Generator CAT 3512 SG6L00098 1500kw1YR 0008Annual PM Generator CAT 3512 SG6L00098 1500kw1YR 0009Semi-Annual PM Generator CAT 3516 G4Z00159 2000kw1YR 0010Annual PM Generator CAT 3516 G4Z00159 2000kw1YR TOTAL FOR BASE YEAR: $__________________________ OPTION YEAR 1 October 1, 2017 - September 30, 2018 CLINDESCRIPTION OF SERVICES QTYUNITUNIT PRICE AMOUNT 0001Semi-Annual PM Generator CAT 3508 2DN01568 1000kw1YR 0002Annual PM Generator CAT 3508 2DN01568 1000kw1YR 0003Semi-Annual PM Generator CAT 3508 2DN01569 1000kw1YR 0004Annual PM Generator CAT 3508 2DN01569 1000kw1YR 0005Semi-Annual PM Generator CAT 3512 G6L00108 1500kw1YR 0006Annual PM Generator CAT 3512 G6L00108 1500kw1YR 0007Semi-Annual PM Generator CAT 3512 SG6L00098 1500kw1YR 0008Annual PM Generator CAT 3512 SG6L00098 1500kw1YR 0009Semi-Annual PM Generator CAT 3516 G4Z00159 2000kw1YR 0010Annual PM Generator CAT 3516 G4Z00159 2000kw1YR TOTAL FOR OPTION YEAR 1: $__________________________ OPTION YEAR 2 October 1, 2018 - September 30, 2019 CLINDESCRIPTION OF SERVICES QTYUNITUNIT PRICE AMOUNT 0001Semi-Annual PM Generator CAT 3508 2DN01568 1000kw1YR 0002Annual PM Generator CAT 3508 2DN01568 1000kw1YR 0003Semi-Annual PM Generator CAT 3508 2DN01569 1000kw1YR 0004Annual PM Generator CAT 3508 2DN01569 1000kw1YR 0005Semi-Annual PM Generator CAT 3512 G6L00108 1500kw1YR 0006Annual PM Generator CAT 3512 G6L00108 1500kw1YR 0007Semi-Annual PM Generator CAT 3512 SG6L00098 1500kw1YR 0008Annual PM Generator CAT 3512 SG6L00098 1500kw1YR 0009Semi-Annual PM Generator CAT 3516 G4Z00159 2000kw1YR 0010Annual PM Generator CAT 3516 G4Z00159 2000kw1YR TOTAL FOR OPTION YEAR 2: $__________________________ OPTION YEAR 3 October 1, 2019 - September 30, 2020 CLINDESCRIPTION OF SERVICES QTYUNITUNIT PRICE AMOUNT 0001Semi-Annual PM Generator CAT 3508 2DN01568 1000kw1YR 0002Annual PM Generator CAT 3508 2DN01568 1000kw1YR 0003Semi-Annual PM Generator CAT 3508 2DN01569 1000kw1YR 0004Annual PM Generator CAT 3508 2DN01569 1000kw1YR 0005Semi-Annual PM Generator CAT 3512 G6L00108 1500kw1YR 0006Annual PM Generator CAT 3512 G6L00108 1500kw1YR 0007Semi-Annual PM Generator CAT 3512 SG6L00098 1500kw1YR 0008Annual PM Generator CAT 3512 SG6L00098 1500kw1YR 0009Semi-Annual PM Generator CAT 3516 G4Z00159 2000kw1YR 0010Annual PM Generator CAT 3516 G4Z00159 2000kw1YR TOTAL FOR OPTION YEAR 3: $__________________________ OPTION YEAR 4 October 1, 2020 - September 30, 2021 CLINDESCRIPTION OF SERVICES QTYUNITUNIT PRICE AMOUNT 0001Semi-Annual PM Generator CAT 3508 2DN01568 1000kw1YR 0002Annual PM Generator CAT 3508 2DN01568 1000kw1YR 0003Semi-Annual PM Generator CAT 3508 2DN01569 1000kw1YR 0004Annual PM Generator CAT 3508 2DN01569 1000kw1YR 0005Semi-Annual PM Generator CAT 3512 G6L00108 1500kw1YR 0006Annual PM Generator CAT 3512 G6L00108 1500kw1YR 0007Semi-Annual PM Generator CAT 3512 SG6L00098 1500kw1YR 0008Annual PM Generator CAT 3512 SG6L00098 1500kw1YR 0009Semi-Annual PM Generator CAT 3516 G4Z00159 2000kw1YR 0010Annual PM Generator CAT 3516 G4Z00159 2000kw1YR TOTAL FOR OPTION YEAR 4: $__________________________ TOTAL FOR BASE AND ALL OPTIONS: $__________________________ STATEMENT OF WORK Generator Maintenance Contract Background. Contract is required to provide on-site full maintenance of government owned generators. Scope The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (LSCDVAMC) is contracting to provide all labor, materials, equipment, transportation and supervision necessary to provide on-site full maintenance of government owned Generators located at the Wade Park facility of the Cleveland VA Medical Center, located at 10701 East Blvd., Cleveland, Ohio 44106. Full maintenance includes on-site maintenance and preventative maintenance inspections (PMI's). Services shall be in accordance with the terms, conditions, provisions and schedule of the contract. Services shall be for the period of October 1, 2016 through September 30, 2021, which includes four (4) pre-priced one (1)-year options for renewal. Description/Specifications Vendor shall provide all labor, materials, equipment, transportation and supervision necessary to provide on-site full preventative maintenance inspections (PMI's) and intervening service calls for government owned Generators located at the Wade Park facility of the Cleveland VA Medical Center, located at 10701 East Blvd., Cleveland, Ohio 44106. Contractor will provide full on-site maintenance and preventative maintenance inspections (PMI's), as specified, on the equipment that follows. This shall include full 24/7 on-call maintenance and minor repair of all doors covered under contract. Price is to be quoted as fixed hourly rate and is to include all parts associated with the repair. The contract will cover semi- annual and annual PM per caterpillar as follows but not limited to. Any PM procedures required by the most current Caterpillar factory specifications for a semi-annual and an annual PM is required and covered by this contract at no additional cost to owner. All work will be performed by a Caterpillar Factory approved dealer and Caterpillar certified mechanics for this particular equipment. The reason for such critical request of contractor qualifications is if there is a power failure the generator will be the very support of life safety equipment directly connected to patient care. Generator failure during a power outage could cause loss of life. All calls will be responded to by a mechanic on site within one hour of the call to the contractor. The contractor will supply a contact phone number or numbers that is good for 24/7. As previously stated time and dependability is directly connected to life support. Equipment List: V.A. Hospital - Wade Park - Generator List Generator #CAT #S/N NUMBERkwAsset Number Generator #135082DN015681000 Generator #235082DN015691000 Generator #33512cG6L001081500 Generator #43512cSG6L000981500 ? Schedule of Services: Base Year (October 1, 2016-September 30, 2017) Annual PM- October 2017 "Change engine oil using a superior grade oil meeting or exceeding CAT specifications "Change primary and secondary fuel filters "lubricate fan drive with caterpillar bearing lubricant "lubricate governor linkage with caterpillar bearing lubricant "lubricate generator bearing with caterpillar bearing lubricant "Also includes all PM requirements stated on semi annual Semi Annual PM- April 2018 "Includes Quarterly Service Inspection PLUS: "Analyze Coolant for Proper Antifreeze Percent %. "Analyze Conditioner SCA Level/Add Additional SCA as Needed (Max 2 Qts.) "Re-Torque Hose Clamps. "Test Day Tank Alarms. "Clean Primary Fuel Filter (if screen type). "Check and Record Battery Cells Electrolyte Specific Gravity. "Inspect Turbocharger for Seal Leakage and Excessive End Play Clearance (if accessible). "Check for and Tighten Loose Terminals on the Generator Set and Generator Control Panel. "Check Tightness of Relays in the Generator Control Panel. "Test Safeties and Prealarms on Control and Annunciator Panels. "Take Oil Sample (after operational checks) for Caterpillar S.O.S. Program. "Inspect Air Cleaner Seal for Pliability and Sealing. " Clean or Replace Inlet Filters (During Annual PM Only) for Day Tank. "Inspect for Excessive Dirt Accumulation in the Control Panel and Clean as Needed. "Check Rotor Air Gap for Correct Clearances. "Inspect Rotor and Stator for Damage and Excessive Oil and/or Dirt Build Up. "Inspect Coupling and Guards for Loose or Missing Parts. "Check Tightness of Generator Leads and Voltage Regulator Control Wiring. "Strap and Tape any Wiring or Generator Leads that Have Rubbing or Worn Insulation. "Inspect Brushes and Slip Rings or Rotating Rectifiers. "Clean and Adjust Voltage Droop Potentiometer. "Clean Crankcase Breather, Inspect Hose and Connections. "Check and Record Battery Voltage Dip Level During Overcrank Test for Minimum Voltage Required to Maintain Controls During Starting. "Record Field Voltage During Generator No-Load Run for Base Line. Three Year Full Load Test September-November Once every three years the contractor will witness the three year load bank test performed by the owner. The test will be performed in off hours at the owner's convenience. This test will be performed on a Sunday between 6am and 6pm. Option Year One (October 1, 2017-September 30, 2018) Annual PM- October 2018 "Change engine oil using a superior grade oil meeting or exceeding CAT specifications "Change primary and secondary fuel filters "lubricate fan drive with caterpillar bearing lubricant "lubricate governor linkage with caterpillar bearing lubricant "lubricate generator bearing with caterpillar bearing lubricant "Also includes all PM requirements stated on semi annual Semi Annual PM- April 2019 "Includes Quarterly Service Inspection PLUS: "Analyze Coolant for Proper Antifreeze Percent %. "Analyze Conditioner SCA Level/Add Additional SCA as Needed (Max 2 Qts.) "Re-Torque Hose Clamps. "Test Day Tank Alarms. "Clean Primary Fuel Filter (if screen type). "Check and Record Battery Cells Electrolyte Specific Gravity. "Inspect Turbocharger for Seal Leakage and Excessive End Play Clearance (if accessible). "Check for and Tighten Loose Terminals on the Generator Set and Generator Control Panel. "Check Tightness of Relays in the Generator Control Panel. "Test Safeties and Prealarms on Control and Annunciator Panels. "Take Oil Sample (after operational checks) for Caterpillar S.O.S. Program. "Inspect Air Cleaner Seal for Pliability and Sealing. " Clean or Replace Inlet Filters (During Annual PM Only) for Day Tank. "Inspect for Excessive Dirt Accumulation in the Control Panel and Clean as Needed. "Check Rotor Air Gap for Correct Clearances. "Inspect Rotor and Stator for Damage and Excessive Oil and/or Dirt Build Up. "Inspect Coupling and Guards for Loose or Missing Parts. "Check Tightness of Generator Leads and Voltage Regulator Control Wiring. "Strap and Tape any Wiring or Generator Leads that Have Rubbing or Worn Insulation. "Inspect Brushes and Slip Rings or Rotating Rectifiers. "Clean and Adjust Voltage Droop Potentiometer. "Clean Crankcase Breather, Inspect Hose and Connections. "Check and Record Battery Voltage Dip Level During Overcrank Test for Minimum Voltage Required to Maintain Controls During Starting. "Record Field Voltage During Generator No-Load Run for Base Line. Option Year Two (October 1, 2018-September 30, 2019) Annual PM- October 2019 "Change engine oil using a superior grade oil meeting or exceeding CAT specifications "Change primary and secondary fuel filters "lubricate fan drive with caterpillar bearing lubricant "lubricate governor linkage with caterpillar bearing lubricant "lubricate generator bearing with caterpillar bearing lubricant "Also includes all PM requirements stated on semi annual Semi Annual PM- April 2020 "Includes Quarterly Service Inspection PLUS: "Analyze Coolant for Proper Antifreeze Percent %. "Analyze Conditioner SCA Level/Add Additional SCA as Needed (Max 2 Qts.) "Re-Torque Hose Clamps. "Test Day Tank Alarms. "Clean Primary Fuel Filter (if screen type). "Check and Record Battery Cells Electrolyte Specific Gravity. "Inspect Turbocharger for Seal Leakage and Excessive End Play Clearance (if accessible). "Check for and Tighten Loose Terminals on the Generator Set and Generator Control Panel. "Check Tightness of Relays in the Generator Control Panel. "Test Safeties and Prealarms on Control and Annunciator Panels. "Take Oil Sample (after operational checks) for Caterpillar S.O.S. Program. "Inspect Air Cleaner Seal for Pliability and Sealing. " Clean or Replace Inlet Filters (During Annual PM Only) for Day Tank. "Inspect for Excessive Dirt Accumulation in the Control Panel and Clean as Needed. "Check Rotor Air Gap for Correct Clearances. "Inspect Rotor and Stator for Damage and Excessive Oil and/or Dirt Build Up. "Inspect Coupling and Guards for Loose or Missing Parts. "Check Tightness of Generator Leads and Voltage Regulator Control Wiring. "Strap and Tape any Wiring or Generator Leads that Have Rubbing or Worn Insulation. "Inspect Brushes and Slip Rings or Rotating Rectifiers. "Clean and Adjust Voltage Droop Potentiometer. "Clean Crankcase Breather, Inspect Hose and Connections. "Check and Record Battery Voltage Dip Level During Overcrank Test for Minimum Voltage Required to Maintain Controls During Starting. "Record Field Voltage During Generator No-Load Run for Base Line. Option Year Three (October 1, 2019-September 30, 2020) Annual PM- October 2020 "Change engine oil using a superior grade oil meeting or exceeding CAT specifications "Change primary and secondary fuel filters "lubricate fan drive with caterpillar bearing lubricant "lubricate governor linkage with caterpillar bearing lubricant "lubricate generator bearing with caterpillar bearing lubricant "Also includes all PM requirements stated on semi annual Semi Annual PM- April 2021 "Includes Quarterly Service Inspection PLUS: "Analyze Coolant for Proper Antifreeze Percent %. "Analyze Conditioner SCA Level/Add Additional SCA as Needed (Max 2 Qts.) "Re-Torque Hose Clamps. "Test Day Tank Alarms. "Clean Primary Fuel Filter (if screen type). "Check and Record Battery Cells Electrolyte Specific Gravity. "Inspect Turbocharger for Seal Leakage and Excessive End Play Clearance (if accessible). "Check for and Tighten Loose Terminals on the Generator Set and Generator Control Panel. "Check Tightness of Relays in the Generator Control Panel. "Test Safeties and Prealarms on Control and Annunciator Panels. "Take Oil Sample (after operational checks) for Caterpillar S.O.S. Program. "Inspect Air Cleaner Seal for Pliability and Sealing. " Clean or Replace Inlet Filters (During Annual PM Only) for Day Tank. "Inspect for Excessive Dirt Accumulation in the Control Panel and Clean as Needed. "Check Rotor Air Gap for Correct Clearances. "Inspect Rotor and Stator for Damage and Excessive Oil and/or Dirt Build Up. "Inspect Coupling and Guards for Loose or Missing Parts. "Check Tightness of Generator Leads and Voltage Regulator Control Wiring. "Strap and Tape any Wiring or Generator Leads that Have Rubbing or Worn Insulation. "Inspect Brushes and Slip Rings or Rotating Rectifiers. "Clean and Adjust Voltage Droop Potentiometer. "Clean Crankcase Breather, Inspect Hose and Connections. "Check and Record Battery Voltage Dip Level During Overcrank Test for Minimum Voltage Required to Maintain Controls During Starting. "Record Field Voltage During Generator No-Load Run for Base Line. Three Year Full Load Test September-November Once every three years the contractor will witness the three year load bank test performed by the owner. The test will be performed in off hours at the owner's convenience. This test will be performed on a Sunday between 6am and 6pm. Option Year 4 (October 1, 2020-September 30, 2021) Annual PM- October 2021 "Change engine oil using a superior grade oil meeting or exceeding CAT specifications "Change primary and secondary fuel filters "lubricate fan drive with caterpillar bearing lubricant "lubricate governor linkage with caterpillar bearing lubricant "lubricate generator bearing with caterpillar bearing lubricant "Also includes all PM requirements stated on semi annual Semi Annual PM- April 2022 "Includes Quarterly Service Inspection PLUS: "Analyze Coolant for Proper Antifreeze Percent %. "Analyze Conditioner SCA Level/Add Additional SCA as Needed (Max 2 Qts.) "Re-Torque Hose Clamps. "Test Day Tank Alarms. "Clean Primary Fuel Filter (if screen type). "Check and Record Battery Cells Electrolyte Specific Gravity. "Inspect Turbocharger for Seal Leakage and Excessive End Play Clearance (if accessible). "Check for and Tighten Loose Terminals on the Generator Set and Generator Control Panel. "Check Tightness of Relays in the Generator Control Panel. "Test Safeties and Prealarms on Control and Annunciator Panels. "Take Oil Sample (after operational checks) for Caterpillar S.O.S. Program. "Inspect Air Cleaner Seal for Pliability and Sealing. " Clean or Replace Inlet Filters (During Annual PM Only) for Day Tank. "Inspect for Excessive Dirt Accumulation in the Control Panel and Clean as Needed. "Check Rotor Air Gap for Correct Clearances. "Inspect Rotor and Stator for Damage and Excessive Oil and/or Dirt Build Up. "Inspect Coupling and Guards for Loose or Missing Parts. "Check Tightness of Generator Leads and Voltage Regulator Control Wiring. "Strap and Tape any Wiring or Generator Leads that Have Rubbing or Worn Insulation. "Inspect Brushes and Slip Rings or Rotating Rectifiers. "Clean and Adjust Voltage Droop Potentiometer. "Clean Crankcase Breather, Inspect Hose and Connections. "Check and Record Battery Voltage Dip Level During Overcrank Test for Minimum Voltage Required to Maintain Controls During Starting. "Record Field Voltage During Generator No-Load Run for Base Line. Specific Task Requirements-Deliverable Product. The contractor will witness one generator test performed by the owner at 6am to 8am once annually. This must be coordinated with the COTR who will coordinate with the medical center. Oil and anti-freeze samples will be taken and tested semi - annually and test results will be supplied to the owner in writing at no additional cost to the owner with detailed written explanations of any corrections needed. The first anti-freeze change that is required will be completed with extended life coolant stated by caterpillar to have a six year service life. All oil, anti-freeze, and lubricants required by PMs will be a part of the contract and will be supplied at no additional cost to the owner. A four hour full load bank test will be performed once every three years on Generator 5. Next three year full load test is due on September-November of 2017 and 2020. The following procedures are superseded by the most current Caterpillar PM specifications as previously stated and will apply throughout the total contract period. It will be the responsibility of the contractor to stay current with the latest Caterpillar PM requirements. The following procedures are superseded by the most current Caterpillar PM specifications and will apply throughout the total contract period. It will be the responsibility of the contractor to stay current with the latest Caterpillar PM requirements. All work will be completed and a written copy will be supplied to the owner followed by an electronic copy sent to the owner within 48 hours via email to the COTR email address Timothy.Wasdovitch@va.gov All work will be scheduled with the electric shop at least ten working days prior to the work start date. The Annual and Semi Annual inspections will correspond with engineering PM schedule. If the engineering schedule is to change due to an unforeseen circumstance then the vendor schedule will also change to reflect the correct corresponding months so the vendor documents can be inserted and attached to the proper electronic PM work order. The Asset number assigned to the equipment will be reflected in the vendor's documentation. Within fifteen (15) calendar days after award, and prior to performing any services on the equipment, the contractor shall furnish two (2) copies of its preventative maintenance procedures/checklist which will be used during the preventative maintenance services of this contract. Hours of Service: This is a full service, twenty-four (24) hours per day, seven (7) days per week, including federal holidays. Performance of Service: All work shall be performed by competent personnel, experienced and qualified to work on specific equipment. Contractor shall arrive on-site in response to intervening service calls within two (1) hours after a telephone call is placed by the COR, or designated Engineering Representative. All work performed shall be accomplished in accordance with manufacturer's instructions, including, but not limited to, adjustments, calibrations, cleaning, lubrication, testing, disassembly, check-out, replacement of worn or defective parts, For repairs or services performed during normal work hours, 7:00am to 3:30pm at the Wade Park facility, contractor shall report to the Electric Shop, Room D-26 (basement). Contractor shall sign-in and obtain a badge and return the badge at the end of the day. After all work is completed, contractor shall again report in person to the rooms listed above and submit a written service report outlining the services performed. For services performed after normal work hours, contractor shall report to the Boiler Plant. After all work is completed, contractor shall again report in person to the Boiler Plant and submit the same report required above. Safety: Contractor's maintenance of equipment shall satisfy all requirements as set forth by the Department of Health Education and Welfare, National Fire and Protection Agency (NFPA), Joint Commission of Accreditation of Hospital Organizations (JCAHO) and the state of Ohio. If LOTO becomes necessary then the COR must be informed before any equipment can be taken out of service. The electric Shop will perform there part of the lock out tag out procedure first followed by the vendor. If it becomes necessary to run the generators during maintenance, the vendor is to first notify the electric shop supervisor or point of contact assigned to the vendor before turning the generators on. Test Equipment: The Wade Park VA Medical Center will not furnish and/or test equipment for the performance of this contract. It is the responsibility of the contractor to bring the appropriate equipment and/or supplies necessary to complete the work required herein. Contractor Responsibility It is the responsibility of the contractor to become fully informed as to the nature and extent of the work required and it's relation to any other work in the area including the operation of the medical center. Contractor shall attend a mandatory meeting after award with the Chief, Engineering Service, or his designee, prior to any work. The required meeting shall be coordinated by the Contracting Officer and shall be scheduled and conducted within 20 calendar days after Notice to Proceed. This meeting is to inform the contractor of the nature, extent and intent of this contract and for the contractor to present the following documentation: "Material Safety Data Sheets (MSDS) for any products the contractor may use in the performance of the contract. "List of personnel, name only, including the job site supervisor. "If necessary, written safety program which includes, but is not limited to, oRespiratory Protection oHearing Protection oHazardous Communications oElectrical Ground Fault Protection oUse of ladders and or scaffolding Contractor shall be responsible for any damages caused by his/her employees and shall repair or replace all damaged systems/equipment immediately at no additional cost to the VA. The contract shall be responsible for placing barricades in appropriate locations to protect the well-being and safety of patients, visitors and staff. These barricades shall be removed by the contractor when work is completed or at the end of the workday. The contractor shall be responsible for keeping the work site clean, neat and orderly, ensuring that there are no unnecessary cables, hoses, ladders, or other equipment left in an inappropriate location that could interfere with the operation of the medical center or be a cause of risk or hazard to patients, visitors and staff. All equipment shall be removed from any work site that is located within a pedestrian area daily at the end of the workday. All equipment being used in mechanical rooms or on roofs shall be secured daily but may be left overnight providing that this equipment is not in a position to be a risk or hazard to medical center personnel who may be called into these areas after hours. Doorways, hallways and aisles shall be kept clear at all times. At no time shall equipment be left unattended, including breaks and lunch. Contractor shall report, to the COR daily, on the progress of the project along with any deficiencies noted. Any damage detected during the inspections that was not caused by the contractor shall be reported to the COR on a daily basis. The contractor shall be required to submit a site specific safety plan pursuant to Occupational Safety and Health Administration (OSHA). The safety plan must be reviewed and approved by the Louis Stokes Cleveland, Department of Veteran Affairs before any work is performed. Hours of Operation This is a full service, twenty-four (24) hours per day, seven (7) days per week, including federal holidays. Performance Monitoring Various methods exist to monitor performance. The COR shall use the surveillance methods listed below in the performance monitoring of this contract. Direct Observation-(Can be performed periodically or through 100% surveillance.) Periodic Inspection-(Evaluates outcomes on a periodic basis. Inspections may be scheduled [Daily, Weekly, Monthly, Quarterly, or annually] or unscheduled, as required.) a. ACCEPTABLE PERFORMANCE The Government shall document positive performance. Any report may become a part of the supporting documentation for any contractual action. b. UNACCEPTABLE PERFORMANCE When unacceptable performance occurs, the COR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor's program manager. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO. Security Requirements Vendor will not have access to VA Sensitive Information, patient records, or data. Other Pertinent Information or Special Considerations. All work shall be performed by competent personnel, experienced and qualified to work on specific equipment. Contractor shall arrive on-site in response to intervening service calls within two (2) hours after a telephone call is placed by the COR, or designated Engineering Representative. All work performed shall be accomplished in accordance with manufacturer's instructions, including, but not limited to, adjustments, calibrations, cleaning, lubrication, testing, disassembly, check-out, replacement of worn or defective parts, etc., required to keep the equipment in first-class operating condition. Place of Performance. The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (LSCDVAMC) Wade Park Facility, 10701 East Blvd., Cleveland, OH 44106. Wage Determination: http://www.wdol.gov/wdol/scafiles/std/15-2416.txt?v=1 The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2015) The Government will award a firm fixed priced requirements contract to the responsible offeror who is determined to be the Best Value to the Government. Offeror shall provide pricing for all CLIN 0001AA - CLIN 4001AP. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/); (ii) Quick Search (http://quicksearch.dla.mil/); (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: This Purchase Order will be awarded to the lowest priced Offeror that meets the technical requirements of the Statement of Work. Offerors are encouraged to submit proposals that meets, without significantly exceeding, the technical requirements while maintaining the lowest price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) FAR Provisions: 52.204-7System for Award Management (OCT 2015) 52.212-3 Certifications and & Representations (APR 2016) VAAR Provisions: 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternative Protest Procedure (JAN 1998) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1Representatives of Contracting Officers (JAN 2008) 852.273-74Award Without Exchanges (JAN 2003) 52.216-21 -- Requirements. (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2021. 52.217-5 Evaluation of Options. (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 Days. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed September 30, 2021. 52.252-2 Clauses incorporated by Reference (FEB 1998) FAR Clauses: 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.212-4 Contract Terms and Conditions- Commercial Items (SEP 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2016) -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards (OCT 2015) -52.209-6Protecting the Government's Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed forDebarment (OCT 2015) -52.222-3Convict Labor (JUN 2003) -52.222-19 Child Labor - Cooperation with Authorities and Remedies(FEB2016) -52.222-21 Prohibition of Segregated Facilities (APR 2015) -52.222-26 Equal Opportunity (APR 2015) -52.222-35 Equal Opportunity for Veterans (OCT 2015) -52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) -52.223-18Encouraging Contractor Policies to Ban Text MessagingWhile Driving (AUG 2011) -52.232-33Payment by Electronic Funds Transfer- System for AwardManagement (JUL 2013) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70Contractor Responsibilities (APR 1984)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25016Q0684/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-16-Q-0684 VA250-16-Q-0684_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3004101&FileName=VA250-16-Q-0684-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3004101&FileName=VA250-16-Q-0684-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: LOUIS STOKES CLEVELAND VAMC;10701 EAST BOULEVARD;CLEVELAND OH
Zip Code: 44106-1702
 
Record
SN04271223-W 20160916/160914235039-7929d5eba93f374452cb54c7bb1db273 (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.