DOCUMENT
H -- Generator Maint 678-17-1-620-0013 Sources Sought Small Business - Attachment
- Notice Date
- 9/14/2016
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
- ZIP Code
- 85014
- Solicitation Number
- VA25816N0746
- Response Due
- 9/16/2016
- Archive Date
- 11/15/2016
- Point of Contact
- gary.smith4@va.gov
- 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 not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought 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 Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (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) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Contractor shall maintain in good operating condition the listed equipment in the Contract, SECTION B, SUPPLIES AND SERVICES/PRICES. The equipment is located at the Southern Arizona VA Health Care System (SAVAHCS) 3601 S. 6th Ave Tucson, AZ 85723 and the Phoenix VA Health Care System (PVAHCS) 650 E. Indian School Road 85012. The contractor will provide comprehensive Annual and Quarterly Scheduled Maintenance and Testing for station emergency and standby generators (diesel fueled). This maintenance will include Operational Inspection Services (OIS), Load Bank Testing - Level I Annual Two-Hour and Load Bank Testing - Level I Triennial Four-Hour and repair services (at an additional cost to the facility), for the equipment listed in 2.15, Equipment listing for this contract. All testing is to be performed in accordance with The Joint Commission standards, as applicable. 2. DESCRIPTION OF SERVICES. 2.1. COMPLIANCE. The Contractor shall be fully responsible for compliance with all VA, local, state, and Federal environmental/occupational safety laws, rules and regulations. The Contractor shall follow life and safety codes, and take necessary actions to avoid conditions that may be hazardous to the health and safety of hospital personnel and patients. The Contractor is responsible for meeting all applicable OSHA and VA guidelines for safe working processes; example: lockout/tag-out. All work for the duration of the contract shall be performed by certified trained technicians. 2.2. WORKING HOURS. Preventive maintenance work shall be performed on weekdays, excluding Federal holidays, during the hospital's regular weekday working hours of 8:00 a.m. - 5:00 p.m. Federal holidays observed may be exchanged for Contractor observed day, only on a one-for-one basis, requested by the Contractor and subject to approval by the Contracting Officer. 2.3 SERVICE CALLS; NOTIFICATION AND RESPONSE TIME. The Contractor must provide an emergency telephone number for purposes of accepting service calls, available 24 hours a day, 7 days a week. Maintenance & Operations at (520) 792-1450 ext. 6640 will notify the Contractor of equipment malfunction, the nature of the malfunction, and the availability of the equipment. VA is responsible to make the equipment available. In an emergency, Maintenance & Operation will inform the Contractor of the delay and schedule a new availability time. The Contractor must acknowledge receipt of notification by calling Maintenance & Operation within two hours of the originating call. The Contractor shall be on-site to make repairs within two(2) hours of the originating call. The Contractor shall restore the equipment to full performance within 24 hours of the originating call and/or have the capability to provide a portable emergency generator of equal capacity. Charges to the VA for generator rental shall originate only upon prior approval being granted by the Chief Engineer or his designee. 2.4. PARTS. This Contract, and the applicable firm-fixed prices listed in the Contract, SECTION B, SUPPLIES OR SERVICES AND PRICES, includes all necessary replacement parts. Full performance is defined as; all defective parts have been replaced with parts equivalent to or better than the original parts and meets or exceeds the manufacturer's original performance specifications. The Contractor is responsible to have in-stock or have the ability to provide all necessary parts, components, assemblies, modules and equipment to restore any malfunctioning equipment to full performance within 24 hours of the originating call or provide a rental portable emergency generator of equal capacity to stand by until the above conditions are met. The Contractor shall supply all preventative maintenance parts, (oil, oil filters, air filters, fuel filters and antifreeze), at no additional cost to the facility, cleaning supplies and tools required for preventive maintenance and, as a result of normal wear and tear, restore equipment to full performance. NOTE: Parts, considered to be the manufacturer's recommended parts, are to be replaced at the facilities expense in the course of a recommended preventive maintenance inspection. All parts shall meet the original manufacturer's design specification. Lubricants shall meet manufacturer's specifications and have prior VA approval for use. Contractor shall turn over to the VA all non-repairable parts. Any reconditioned components utilized to make repairs must meet manufacturer's specifications, be noted on the service slip and have a 90 day warranty. Use of a reconditioned part may only be used with the concurrence and approval of the VA. Each facility shall have the option of replacing recommended parts at their expense utilizing their maintenance staff. 2.5. CONFIRMATION OF REPAIR WORK. All completed repairs must be confirmed and approved by VA Maintenance & Operation during regular hospital working hours, 8:00 A.M. - 5:00 P.M., Monday through Friday excluding Federal Holidays. After regular working hours, weekends, and holidays, Maintenance & Operation may approve equipment available for use after repairs have been made. The COTR will confirm and approve all after-hour emergency repairs during the next normal working day. 2.6. MAINTENANCE, INSPECTIONS, AND TESTS. Inspections will be scheduled during the timeframe of the Contract year. Prior to scheduled month of service, the Contractor will provide Maintenance & Operations a schedule of the weekdays this service is to be performed, for this approval. Maintenance & Operations shall have the authority to reschedule this service within twenty-four (24) hours of scheduled time due to emergency and/or prior weather situations. Contractor shall inspect, adjust, lubricate, clean, repair and test to ensure safe reliable service within all tolerances as required by Manufacturer's Specifications. All parts used shall be of the original manufacturer's design and specification or equal thereto. All malfunctioning parts shall be replaced at the facilities expense and approval immediately to prevent undue down time and to ensure safe operation. NOTE: Upon discovery of malfunctioning part, Maintenance & Operations staff shall be immediately notified for approval of repairs 2.7. PREVENTIVE MAINTENANCE SERVICE. Preventive maintenance inspections shall be performed as necessary to meet manufacturer/factory specifications. Oil, oil filters, air filters, fuel filters and antifreeze shall be supplied by the Contractor at no additional charge to the facility. 2.8. PERFORMANCE AND TESTING. After completion of maintenance, the system shall be operated by the Contractor to ensure all components meet required standards as outlined in manufacturer's specifications. All components and controls shall be checked and adjusted if necessary or applicable. 2.9. DOCUMENTATION OF SERVICES PERFORMED. At the conclusion of the inspection period, the Contractor shall submit electronically within 10 working days a report to Maintenance & Operations indicating the elements of the inspection performed, findings, and recommendations if applicable. This report shall be submitted in the form of a checklist or manufacturer performance service ticket, provided all requested information is supplied. All repair work shall be documented when service is completed. The repairman must indicate on his repair ticket the specific action taken, all parts replaced, hours of labor required, and travel time. The equipment serviced must be identified clearly by name and location. Upon completion of service, Maintenance & Operations will sign the service ticket. 2.10. CLEANUP. The Contractor shall be responsible for cleaning the work area and equipment upon completion of work. All accumulated rubbish shall be removed. 2.11. SPECIAL TOOLS. The Contractor shall provide all tools, testing equipment for disassembly, assembly, adjustment, calibrating and other work as required for the performance of this Contract. 2.12. OVER AND ABOVE REPAIR. Upon discovery of a malfunctioning part the Contractor shall immediately notify Maintenance & Operations staff. The repair job shall not be initiated until approval is obtained from the Contracting Officer and appropriate Maintenance & Operations staff. Charges for repair, labor and parts shall originate only when required and upon prior approval being granted by the Contracting Officer. At the VA's option the Contractor may be requested to provide a price quotation for the repair job. The VA has sole discretion to select the Contractor who will provide these repair services and they will be ordered as a separate action (not as a part of this contract). 2.13. CONTRACTOR EMPLOYEES. Contractor personnel shall present a neat appearance and be easily recognized as Contractor employees. Example: wearing of distinctive clothing such as uniform, badges, patches, etc. 2.14. ESCORT AND SAVAHCS CHECK-IN. All Contractor personnel working on-site at the SAVAHCS facility shall check in and out at the Maintenance & Operations Administrative area located in Building 2 Room OB26A-2. Check-in procedures require receiving a temporary badge and completing the necessary information on the vendor sign-in sheet. Access to work areas and performance monitoring will be provided by VA Maintenance & Operations personnel. After-hours response will be monitored by VA Utilities Systems Repairer/Operator (USRO) ext. 6684 or the VA Police ext. 6513. 2.15. Equipment Listing for this Contract: Southern Arizona VA Health Care System, Tucson, Arizona 1.Cummins Onan 750DFJA S/N D930505096 (B40, Gen40-1) 2.Cummins Onan 1250 KW DFLC-5588132 S/N B030466913 (B40, Gen40-2) 3.Generac 500KW 2798020100 S/N 2070779 (B80) 4.Kohler 135KW CUMMIN135RE0ZJZ S/N2094237 (B17) 5.Cummins 450KW DFEC5703566 S/N B597477 (B60) 6.Cummins MDL 80KW DSFAE-5937495 S/NJ070121222 (B90) 7.Cummins MDL 350KW DFEG-5788041 S/N D070049179 (B78) 8.Cummins MDL 1250KW DQGAA-5773152 S/N C070032091 (B40. Gen40-3) 9.Cummins MDL 200KW ASGAE-1338693 S/N J130577454 (B5) 10.MQ Power Corp. Portable Generator Trailer 25 KVA DCA25SS1U3 S/N8600457 11.MQ Power Corp. Portable Generator Trailer 45 KVA DCA45US12 S/N8202360 12.MQ Power Corp. Portable Generator Trailer 45 KVA DCA45US12 S/N8600361 13.MQ Power Corp. Portable Generator Trailer 85 KVA DCA85USJ2 S/N8401258 14.MQ Power Corp. Portable Generator Trailer 85 KVA DCA85USJ2 S/N8401261 15.MQ Power Corp. Portable Generator Trailer 150 KVA DCA150USJ2 S/N8600467 Phoenix VA Health Care System (PVAHCS) 650 E. Indian School Road 85012 1.DMT750kW DMT750D97-205050-1 Bldg. 13 2.DMT750kW DMT750D97-205050-2 Bldg. 13 3.Caterpillar350kW D3406 9DR049 Bldg. 13 4.Kohler350kW 350REOZV2066327 Bldg. 2 5.Cummins 100kW 6BTA5-G446716166 Bldg. 20 6.Cummins 100kW QSB5-65NR346959456 Bldg. 20 7.Caterpillar1000kW SR5 G1EO1373 Bldg. 21 8.Kohler1500kW 1500REOZDC2248136 Bldg. 13 9.John Deere275kW 6081HF070RG6081H294304 Bldg. 20 10.Kohler1500kW 1500REOZDG 3029689 Bldg. 13 11.Paramac 100kW GRW120PEE2537072 Bldg. 20 Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice 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. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811310 ($20.5M). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to gary.smith4@va.gov; and shall be received no later than 3:00 pm Arizona Mountain Standard Time on September 16, 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25816N0746/listing.html)
- Document(s)
- Attachment
- File Name: VA258-16-N-0746 VA258-16-N-0746_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3004079&FileName=VA258-16-N-0746-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3004079&FileName=VA258-16-N-0746-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-16-N-0746 VA258-16-N-0746_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3004079&FileName=VA258-16-N-0746-001.docx)
- Record
- SN04271233-W 20160916/160914235044-457325aa66c7fbfe2bea3da4fbc9988f (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 |