Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 04, 2017 FBO #5825
DOCUMENT

J -- Preventative Maintenance on Generators - Attachment

Notice Date
11/2/2017
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;National CMOP;3450 S. 4th St. Trafficway;Leavenworth KS 66048-5581
 
ZIP Code
66048-5581
 
Solicitation Number
36C77018Q0042
 
Response Due
11/13/2017
 
Archive Date
12/13/2017
 
Point of Contact
Nicole Gregory
 
E-Mail Address
.gregory2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
OVERVIEW This is a Request for Information (RFI)/Sources Sought announcement only. This is not a solicitation announcement. Requests for a solicitation will not receive a response. The purpose of this announcement is to gain knowledge of potential qualified businesses interested and capable of providing maintenance and emergency repair services of two Kohler Generators to the Consolidated Mail Outpatient Pharmacy (CMOP) facility located in Leavenworth, Kansas. The Contractor shall be Detroit Diesel Certified. This RFI/Sources Sought is part of the market research being conducted to locate qualified, experienced and interested potential sources for supporting the CMOP. The Government will determine whether or not the requirement warrants a set aside for small business. For the purpose of this RFI/Sources Sought announcement, the North American Industry Classification System (NAICS) code is 811310 with a size standard of $7.5M. SERVICES BEING SOUGHT Service to perform quarterly preventative maintenance and inspection, Annual 100% Load Bank Test (March), Annual Fuel Test (March), and emergency repairs of two Kohler Generators located at Leavenworth Consolidated Mail Out-Patient Pharmacy (CMOP), 5000 S. 13th Street, Leavenworth, Kansas 66048. The work described shall be performed by trained, qualified technicians in accordance with the manufacturer s recommendations and specifications. QUARTERLY (90 Days): The minimum checks listed below must be completed on a quarterly basis (March, June, September, and December). Technicians shall be required to schedule an appointment at least one week prior to date, but not less than 48 hours prior. Diesel Powered Equipment: Oil and fuel filter changes Oil change Check wiring, connections, switches, belts, and batteries Perform manufacturer s recommended maintenance items, ensuring that completed annual quarterly preventative maintenance are documented on the maintenance ticket. LIST OF UNITS: Type of Equipment Make Model Generator Kohler 30KW Model 30ROZJ81 S/N 0370662 Generator Kohler lOOOKW Model lOOOROZD-4 S/N 0719565 1.2.1. Equipment may change during the life of the contract due to depreciation or changes in technology, etc. New equipment within the scope of this contract to be serviced will be added via a bilateral modification to the contract. CONTRACT TYPE: This will be an indefinite delivery, indefinite quantity (IDIQ), firm-fixed price (FFP) contract. TRAVEL: The cost of travel and/or travel time to and from the job site will be at the contractor s expense, no cost to the Government. RESPONSE TIME: For emergency repairs, the Contractor will be responsible for providing a technician within two (2) hours of notification of equipment failure, Monday through Friday, 7:00 AM through 3:30 PM. WORKMANSHIP: All work will be performed by trained, qualified technicians who have experience in working with stated equipment. No training will be authorized by the Government to ensure technicians are qualified or maintain qualifications or certifications. SERVICE TICKETS: Contractor shall determine manufacturer s recommended preventative maintenance, and coordinate the scheduling of quarterly and annual PMs which need to be performed each visit. Contractor shall provide the Contracting Officer s Representative (COR) a copy of the yearly schedule within 30 days of award, including a breakdown of PMs to be conducted during each visit. Service tickets shall be provided for each piece of equipment and include Make, Model, and Serial Number of generator. Service tickets shall include the Preventative Maintenance numbers and description of work performed. For corrective maintenance/repairs, the scope of work shall be outlined on the ticket, including a list of any parts replaced. Service tickets shall include any deficiencies noted during the conduct of preventative maintenance and indicate whether the equipment is safe to operate or taken off-line. Regardless of equipment status, contractor shall provide the COR a recommended corrective action for each deficiency within one week of the service visit. WORK TIME: Work will be done during normal business hours (7:00 am through 3:30 pm, Monday through Friday), excluding holidays. The contractor s representative shall report to the CMOP COR prior to commencing work and at the completion of each workday. IDENTIFICATION: A Visitor Identification (ID) Badge will be issued upon arrival to the CMOP facility each day and must be returned at the end of the day. The Visitor ID badge shall be worn at all times while at the Government facility, clearly displayed on an outer garment, above the waist. EMERGENCY SERVICE: In response to an emergency repair, the contractor technician may diagnose a problem within the equipment that will require off-site repair. The contractor technician will provide an estimate of the off-site repair that includes all costs, i.e., transportation, parts and labor to be approved by the Facility Director. PAYMENTS: Pursuant to FAR Clause 52.212-4(g), payment will be made in arrears after receipt of properly prepared invoices, provided that the following has been met: Invoices are to be submitted electronically to the VA Finance Service Center (FSC) the Tungsten/OB10 web portal. Invoices submitted directly to the FSC or the facility will not be accepted, and will delay payment. Invoices submitted without a due date or purchase order (PO) number will be rejected. In order to properly administer this contract, it is mandatory that all technicians report to the COR, with the work/repair ticket after the work have been completed. This procedure is necessary to ensure that internal accountability is maintained for all repairs. Failure to follow this procedure may jeopardize the payment of maintenance work and the contractor s technician who ignores this procedure does so at his/her own risk. PERIOD OF SERVICE: The term of this contract is for a base period of one year with four (4) one-year option periods that may be exercised at the sole discretion of the Government. QUALIFICATION OF OFFERORS: Offers will be considered only from offerors who are regularly established in the business called for and who, in the judgment of the Contracting Officer, are financially responsible and able to show evidence of their reliability, ability, experience, equipment, facilities, and personnel directly employed or supervised by them to render prompt and satisfactory service. ENGLISH LANGUAGE REQUIREMENT: The contractor technician(s) will have the ability to speak, read, and write the English language. SMOKING POLICY: Smoking is not permitted within or around CMOP facility. SAFETY REQUIREMENTS: Technicians are subject to OSHA 1910, Article 178 standards. In the performance of this contract, the contractor shall take such safety precautions as the Contracting Officer or COR may determine to be reasonably necessary to protect the lives and health of the occupant of any building. The Contracting Officer or COR will notify the contractor of any noncompliance with the foregoing provisions and action to be taken. After receipt of such notice, the contractor shall immediately correct the conditions to which attention has been directed. Such notice, when served on the contractor, his representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the contractor fails or refuses to comply promptly, the Contracting Officer or COR may issue an order stopping all or any apart of the work and hold the contractor in default as provided for elsewhere in this contract. STANDARDS OF CONDUCT: The Contracting Officer or COR shall refer to the Contractor for immediate action (including, but not limited to, removal from the work site) any contract technician whose personal or professional conduct jeopardizes or interferes with the regular and ordinary operation of the CMOP facility. Breaches of conduct include, but are not limited to, intoxication or debilitation resulting from drug use; theft; dereliction; negligence in performing tasks or other conduct resulting in complaints by staff or management. DRUG SCREENING: Contract technicians performing services at the CMOP facility may be subject to random drug screening or screening for cause as determined by VA, to ensure compliance with the standard in 38 CFR 1.218. RESPONSE (CAPABILITY) To assist the Government in identifying potential sources, the respondents will need to provide a documentation that sufficiently addresses their organization s qualifications, ability to perform as a prime contractor for the services required. Documentation will need to include the following: Company name, address, and DUNS number; Company point of contact to include phone, fax, and e-mail information; Company s socioeconomic status (e.g. small business, service disabled veteran owned small business, large business) Number of employees as defined by the Federal Acquisition Regulation (FAR) Part 19.101 and (f) the amount of annual receipts as defined by the Federal Acquisition Regulation (FAR) Part 19; Contract numbers, along with points of contact for the contracting officer and contracting officer s representative of recent (within the last 24 months) contracts you have held of the same or similar size and scope as what is presented in this sources sought notice; Detailed explanation speaking to your company s capability and experience in providing routine preventative maintenance and emergency repair services for generators within the Leavenworth, KS geographic region and how response times will be addressed. Provide specific examples of equipment experience including make and models of equipment serviced previously. Responses to this Sources Sought shall include evidence documenting Detroit Diesel Certification. All interested offerors should submit this information by email to: Nicole.gregory2@va.gov by close of business day November 13, 2017. DISCLAIMER This RFI/Sources Sought is issued solely for market research purposes only and does not constitute a solicitation. All information received in response to this RFI/Sources Sought that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI/Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7a4dbaa4243c193cb9a49141f915cb20)
 
Document(s)
Attachment
 
File Name: 36C77018Q0042 36C77018Q0042.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3887981&FileName=36C77018Q0042-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3887981&FileName=36C77018Q0042-000.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: Leavenworth, KS CMOP;5000 S. 13th Street;Leavenworth, KS
Zip Code: 66048
 
Record
SN04729746-W 20171104/171102231128-7a4dbaa4243c193cb9a49141f915cb20 (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.