DOCUMENT
J -- PMR EMERGENCY ENGINE GENERATORS LEVEL I INSPECTION - Attachment
- Notice Date
- 11/1/2017
- Notice Type
- Attachment
- NAICS
- 811118
— Other Automotive Mechanical and Electrical Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E. Woodrow Wilson Dr.;Jackson MS 39216
- ZIP Code
- 39216
- Solicitation Number
- 36C25618Q9000
- Response Due
- 11/6/2017
- Archive Date
- 1/5/2018
- Point of Contact
- Jennifer Adams
- E-Mail Address
-
6-6955<br
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice: DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions shall be submitted by email to Jennifer.adams7@va.gov. Provide only the requested information below. The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 811113 Other Automotive and Electrical Repair and Maintenance. Size Standard is $7.5 Million. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the GSA or FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors must respond to the solicitation announcement in addition to responding to this sources sought announcement. SPECIFIED REQUIREMENT: Network Contracting Office 16, Jackson, MS is seeking sources for a potential contractor to perform the following type of service for Preventative Maintenance and Repair of Emergency Engine Generators. Reference attached PWS listed below. Performance Work Statement PM Service Emergency Generators Part I General Requirements Background: The G.V. (Sonny) Montgomery VA Medical Center (GVSMVAMC) located in Jackson, MS 39216 has a requirement for inspection and preventive maintenance services for six Caterpillar emergency backup generators. The facility does not currently have a contract in place and must ensure operational continuity is maintained during power outages. Scope of Work: The Contractor shall provide all parts, labor, equipment and travel required to perform inspections and preventive maintenance services for emergency generators located at GVSMVAMC, Jackson, MS 39216. Contractor-provided parts and fluids shall minimally include cleaning fluids, gaskets, seals, glycol engine coolant, coolant conditioner, fuel filters, engine oil, engine oil conditioner, engine oil filters and air filters. The contractor shall provide two (2) annual service level inspections and preventive maintenance services on each Caterpillar generators listed in Table 1. This contract shall include of one (1) Level I (July) and one (1) Level II (January) inspection and preventive maintenance service annually for each generator. All expended fluids and materials shall be disposed of in accordance with applicable state and federal EPA guidelines. Table 1 - Equipment Description Manufacturer Model Serial Number Equipment Location Caterpillar SR4 6MA00870 Bldg. 1 Caterpillar SR4 6MA00876 Bldg. 1 Caterpillar SR4 6MA00869 Bldg. 1 Caterpillar 3516-2007 PBR00484 Bldg. 1N Caterpillar 3516-2007 PBR00481 Bldg. 1N Caterpillar 3516-2007 PBR00611 Bldg. 1N Performance Period: The performance period shall include (1) base period and four (4) twelve (12) month option periods. Base Period: January 1, 2018 September 30, 2018 Option Period 1: October 1, 2018 September, 2019 Option Period 2: October 1, 2019 September, 2020 Option Period 3: October 1, 2020 September, 2021 Option Period 4: October 1, 2021 September, 2022 Contracting Officer Representative (COR): In accordance with VAAR 852.270-1 the CO will minimally appoint a COR by written delegation to furnish technical guidance and monitor work performance. Contract Monitoring and Administration: In accordance with FAR 1.601 (a) Contracts may be entered and signed on behalf of the Government only by Contracting Officers; therefore, the COR may not modify contract terms. In accordance with FAR 52.212-4(c) only the Contracting Officer has the authority to make changes to the contract. Invoices: Invoices shall be submitted within ten (10) days following completion of each inspection and maintenance service. Once verified as conforming services the COR will certify invoices for payment within 30 days of the service date. Billing and performance discrepancies shall be cause for delaying payment until the discrepancy or performance issue is remedied. Invoices shall: Be electronically prepared and submitted in accordance with FAR 52.212-4(g) Clearly state the terms of any discounts offered Include the current fiscal year and purchase order number Include the date of service Include a copy of the service report with the invoice Be prepared following guidelines of this paragraph, or otherwise rejected Part II Management Requirements: Management: The Contractor shall ensure management is in place to supervise and oversee all operations. The management shall ensure requirements are met concerning Reports, key personnel, and quality control. Before leaving the facility, the service technician shall meet with the COR or the engineer on duty immediately following each service call to review all details of the service report. Electronic Records: The Contractor shall maintain electronic records and make them available for government inspection immediately upon request. All records shall be compatible with the Microsoft Office and Adobe Suites Reports: In accordance with FAR 37.114(c) all documents or reports produced by the Contractor shall be suitably marked to clearly show they are Contractor products, or that the Contractor participated in creating the document or report Key Personnel: The Contractor shall minimally designate a program manager and alternate contact responsible for operational oversight. The individuals shall be competent to oversee all operations. Telephone numbers, email addresses, facsimile numbers and a business address shall be provided for each individual. The business address shall not be a post office box Service Technicians: The Contractor shall only use properly trained and qualified staff in performance of this contract; only technicians trained by the manufacturer on the type of equipment identified in this contract shall be used. All technicians shall have a minimum of three years experience working on the equipment identified in this contract. Quality: The Contractor shall implement and maintain a program for performance monitoring throughout the life of the contract. The program shall include a communication process for reporting, tracking and resolving performance issues. The quality process shall minimally reflect standards that are usual and customary for both government and commercial non-governmental entities. A written copy of the quality process shall be provided to the COR Part III Deliverables Service Schedule: Level I services shall be scheduled and performed during the month of July for each performance period. Level II services shall be scheduled and performed during the month of January for each performance period. The contractor shall coordinate the actual service dates with the COR. Level I Inspection and Preventive Maintenance: Inspect and check overall condition of generator system including cooling, fuel, air induction, exhaust, lube oil, starting, engine safety control, and control panel systems. Perform comprehensive engine oil sample, test the operation of the engine and generator control systems, check the functional operation of automatic transfer switches (14 each), and examine & comprehensively update maintenance records. Level II Inspection and Preventive Maintenance: Inspect and check overall condition of generator system including cooling, fuel, air induction, exhaust, lube oil, starting, engine safety control, and control panel systems. Perform comprehensive engine oil sample, test the operation of the engine and generator control systems, operational functions check of automatic transfer switches (14 each), and examine & update maintenance records. Cooling System: Check anti-freeze and replace at regular intervals per manufacturer s recommendation. Replace hoses and belts per manufacturer s recommendation or as needed otherwise Fuel System: Replace all engine fuel filters and day tank fuel filters Lube oil system: Change oil and oil filters at manufacturer s recommended intervals, perform oil testing and provide test results Air System: Replace all engine air filters at engine manufacturer s recommended intervals, inspect and clean crankcase breather Engine & Generator Safety Control: Check gauge and switches Battery Charger Control Panels: Clean and inspect batteries, battery chargers, inspect and top-off battery fluid levels, etc. Battery fluids are defined as distilled water and battery acid only Reports: All equipment will be comprehensively cataloged by the contractor with the dates and types of service noted thereon. A copy of the report for each inspection will be furnished to the Electric Shop Supervisor and the COR within 14 days following the inspection. The reports will be mailed to the VA Medical Center, Facility Management Service (138), 1500 East Woodrow Wilson Drive, Jackson, MS 39216. Engine Oil Analysis Report shall minimally include: Glycol, water, fuel, viscosity, solids/contaminants, soot, oxidation, nitration, total base number (TBN), and total acid number (TAN) Iron (Fe) Wear metal. Iron or steel components or rust Chromium (Cr) Wear metal, coolant additive. Chrome and alloys Lead (Pb) Wear metal. Additive in gear oils and gasoline. Alloyed with copper, tin or aluminum in plain bearings and bushings Copper (Cu) Wear metal or additive. Alloyed with lead, tin or aluminum in bushings Leachate from gaskets/sealant or coolers Tin (Sn) Wear metal. Alloyed with lead, copper, or aluminum Aluminum (Al) Wear metal. May be alone or in alloys Nickel (Ni) Wear metal. Used in steel alloys Silver (Ag) Wear metal. Bearings in EMD diesel engines Manganese (Mn) Wear metal or gasoline additive. Used in steel alloys Silicon (Si) Contaminant. Dirt particle, anti-foam additive, or leachate from gaskets/sealant compounds Boron (B) Contaminant. Additive in engine coolant or oil. Compare to level in used oil Sodium (Na) Contaminant. Additive in engine coolant or oil. Compare to level in unused oil Magnesium (Mg) Dispersant/Detergent oil additive. Wear metal in steel alloys Calcium (Ca) Dispersant/Detergent oil additive. May indicate water contamination Barium (Ba) Diesel fuel additive Phosphorus (P) Anti-wear oil additive Zinc (Zn) Anti-wear oil additive Molybdenum (Mo) Wear metal or oil additive. Compare to level in unused oil Titanium (Ti) Wear metal in steel alloys Vanadium (V) Wear metal in steel alloys Cadmium (Cd) Wear metal in steel alloys. Engine coolant additive REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to perform the scheduled and unscheduled repairs and preventative maintenance of the equipment described above. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses shall be submitted to 36C25618Q9000 no later than 4:00pm CST, Monday, November 6, 2017. Fax or Telephone calls will not be accepted. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "Attention: PMR Emergency Engine Generations GV (Sonny) Montgomery VAMC, Jackson, MS in the subject line of your response. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE AND MAY NOT DEVELOP FROM THIS RFI. If a solicitation is issued it will be announced at a later date and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/36C25618Q9000/listing.html)
- Document(s)
- Attachment
- File Name: 36C25618Q9000 36C25618Q9000.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3885567&FileName=36C25618Q9000-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3885567&FileName=36C25618Q9000-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25618Q9000 36C25618Q9000.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3885567&FileName=36C25618Q9000-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E. Woodrow Wilson Dr.;Jackson, MS
- Zip Code: 39216
- Zip Code: 39216
- Record
- SN04728419-W 20171103/171101230749-95d1fa30217808cd616df32604f82047 (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 |