DOCUMENT
J -- Battery System Load Testing - Attachment
- Notice Date
- 10/12/2016
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;VAMC Providence;830 Chalkstone Avenue;Providence RI 02908
- ZIP Code
- 02908
- Solicitation Number
- VA24116Q0718
- Response Due
- 9/28/2016
- Archive Date
- 10/28/2016
- Point of Contact
- Anna Norcross
- E-Mail Address
-
3-7100
- Small Business Set-Aside
- N/A
- Description
- (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA241-16-Q-0718 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-91. (iv) This requirement is being issued as a total small business set-aside. The associated NAICS code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance and small business size standard is $20.5 million. (v) The Government intends to award a firm-fixed priced, base year plus four option years (with an additional 6 month option) award. The Contractor shall provide all supervision, personnel, material, parts, equipment, supplies, labor and transportation in performing preventive inspection and maintenance services on an IEEE capacity load test to standard 1106-2005 on eight building generator battery systems. Please see the attached Statement of Work (attached), Price Schedule and Evaluation below for full requirement details and pricing submission. ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQTYUNITAMOUNT 0001The Contractor shall provide all supervision, personnel, material, parts, equipment, supplies, labor and transportation in performing preventive inspection and maintenance services on an IEEE capacity load test to standard 1106-2005 on eight building generator battery systems once per year in accordance with the attached Statement of Work and final approved quote. Base Period: 01 NOV 2016 through 31 OCT 2017. 1 JB __________________ 1001The Contractor shall provide all supervision, personnel, material, parts, equipment, supplies, labor and transportation in performing preventive inspection and maintenance services on an IEEE capacity load test to standard 1106-2005 on eight building generator battery systems once per year in accordance with the attached Statement of Work and final approved quote. Option Period One: 01 NOV 2017 through 31 OCT 2018. 1 JB __________________ 2001The Contractor shall provide all supervision, personnel, material, parts, equipment, supplies, labor and transportation in performing preventive inspection and maintenance services on an IEEE capacity load test to standard 1106-2005 on eight building generator battery systems once per year in accordance with the attached Statement of Work and final approved quote. Option Period Two: 01 NOV 2018 through 31 OCT 2019. 1 JB __________________ 3001The Contractor shall provide all supervision, personnel, material, parts, equipment, supplies, labor and transportation in performing preventive inspection and maintenance services on an IEEE capacity load test to standard 1106-2005 on eight building generator battery systems once per year in accordance with the attached Statement of Work and final approved quote. Option Period Three: 01 NOV 2019 through 31 OCT 2020. 1 JB __________________ 4001The Contractor shall provide all supervision, personnel, material, parts, equipment, supplies, labor and transportation in performing preventive inspection and maintenance services on an IEEE capacity load test to standard 1106-2005 on eight building generator battery systems once per year in accordance with the attached Statement of Work and final approved quote. Option Period Four: 01 NOV 2020 through 31 OCT 2021. 1 JB __________________ GRAND TOTAL __________________ (vi) The Place of Performance is noted in the Statement of Work. (vii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda's to the provision: 52.252-1, 52.203-98, 52.204-16, 52.204-17, 52.204-20, 52.209-5, 52.216-1, 52.233-2, 852.215-70, 852.233-70, 852.233-71, and 852.252-70. (viii) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. (ix) Submission of Quotes: Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered. Offerors shall submit their quotes electronically via email to Anna.Norcross@va.gov. Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is October 21, 2016, at 12:00 NOON EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. Quote Format: All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. 52.212-2 EVALUATION--COMMERCIAL ITEMS (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: Factor 1 - Technical. Under this factor, the Government will evaluate the offerors' level of understanding of the work to be performed related to this requirement and the information provided in the performance work statement. Under this factor, services offered will be determined "technically acceptable" or "technically unacceptable". Factor 2 - Price. The offeror's price proposal will be evaluated using the price analysis techniques described at FAR 13.106-3 a)to determine which proposal offers the total evaluated lowest price to the Government. The basis for award is Lowest Price Technically Acceptable. Only offers which meet the minimum technical capability will be further evaluated under price. Award will be made to the Lowest Priced Technically Acceptable offeror. 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. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda's to the clause: 52.209-17, 52.203-99, 52.204-4, 52.204-18, 52.217-8, 52.217-9, 52.228-5, 52.232-40, 852.203-70, 852.215-71, 852.232-72, 852.237-70. (xii) Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-34, 52.222-41, 52.222-42 (Wage Determination Applicable (WD 2005-2537 REV-19 is attached)), 52.222-43, 52.222-55 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due October 26, 2016 at 12:00 NOON EST. RFQ responses must be submitted via email to: Anna.Norcross@va.gov. Hand deliveries will not be accepted. FAX submissions will not be accepted. Submissions after the deadline may not be considered. (xvi) The POC of this solicitation is Anna Norcross (Anna.Norcross@va.gov). ? STATEMENT OF WORK A.GENERAL INFORMATION 1. Title of Project: Capacity load test for battery systems 2. Scope of Work: Perform an IEEE capacity load test to standard 1106-2005 on (8) battery systems: "15 KV switch "BLDG. 2 generator start "BLDG. 32B generator start "BLDG. 32 switch "BLDG. 32 generator control "BLDG. 1A generator start "BLDG. 45 generator start "BLDG. 88 generator start Pretest requirements "Initial conditions " a)High rate charge completed more than (1) day, less than 30 days prior to test b)Check all battery connections for tightness c)Record voltage for each cell just before test d)Record 10% of cell electrolyte temperatures e)Record overall battery voltage f)Take steps to isolate the battery to be tested from critical loads Test profile Test should meet a specific discharge rate and duration as published by the MFG. and/or specification requirements Procedure a)Set up load bank and monitoring equipment to the requirements of "test profile" b)Begin test while "logging" all that includes overall voltage, current and all cell voltages simultaneously while maintaining test profile c)Observe the battery for intercell/unit connector or terminal heating d)At test end, determine the capacity of the battery using standard IEEE formulas. e)Disconnect all test equipment and return system to normal service f)Issue a detailed report with recommendations The above is a general outline of the minimum requirements; consult IEEE standards for details 3. Background: This is a JCAHO requirement and must be completed annually 4. Period of Performance: This is a base year contract with four option year periods. The inspection, testing and report are due once per year at a time which shall be scheduled at contract completion. Base Period: 01 NOV 2016 through 31 OCT 2017 Option Period One: 01 NOV 2017 through 31 OCT 2018 Option Period Two: 01 NOV 2018 through 31 OCT 2019 Option Period Three: 01 NOV 2019 through 31 OCT 2020 Option Period Four: 01 NOV 2020 through 31 OCT 2021 5. Place of Performance: VA Medical Center 215 North Main St. White River Junction, VT 05009. 6. Batteries List: 1. SWITCHGEARALCADHC 80 P1.2V/?37EA 2. BLDG.2 GEN.HOPPECKEFNC 28 X1.2V/5.6A20EA 3. BLDG.32B GEN.SAFTKH118P1.2V/?20EA 4. BLDG.32 GEN.HOPPECKEFNC 2327 EH1.2V/20EA 5. BLDG.32 CONTROLSPOWERSAFERM 1101.2V/?37EA 6. BLDG.1A GEN.HOPPECKEFNC 501 EH1.2V/?20EA 7. BLDG.45 GEN.ALCADXHP 1701.2V/?20EA 8. BLDG.88 GEN.HOPPECKEFNC 501 EH1.2V/?20EA 7. Deliverable: A detailed report on the inspection and testing process is due no later than two weeks following the inspection and testing. 8. Travel: Travel costs associated with this requirement should be included in the price quote presented by the offeror and will not be paid as a separately incurred charge/fee/reimbursement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PrVMAC650/PrVAMC650/VA24116Q0718/listing.html)
- Document(s)
- Attachment
- File Name: VA241-16-Q-0718 VA241-16-Q-0718_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3050991&FileName=VA241-16-Q-0718-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3050991&FileName=VA241-16-Q-0718-001.docx
- File Name: VA241-16-Q-0718 P07 WDOL LABOR WAGE RATE 2005-2537 REV19.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3050992&FileName=VA241-16-Q-0718-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3050992&FileName=VA241-16-Q-0718-002.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-16-Q-0718 VA241-16-Q-0718_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3050991&FileName=VA241-16-Q-0718-001.docx)
- Place of Performance
- Address: WHITE RIVER JUNCTION VA MEDICAL CENTER;163 VETERANS DIRVE;WHITE RIVER JUNCTION, VT
- Zip Code: 05009
- Zip Code: 05009
- Record
- SN04302256-W 20161014/161012234653-8a729b6baa884301365175070fb74a15 (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 |