DOCUMENT
J -- York Chiller Motors Maintenance and Repair (VA-18-00026803) - Attachment
- Notice Date
- 3/6/2018
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
- ZIP Code
- 12208-3410
- Solicitation Number
- 36C24218Q9335
- Response Due
- 3/13/2018
- Archive Date
- 5/12/2018
- Point of Contact
- MURRAY, ANTHONY
- E-Mail Address
-
Y.MURRAY2@VA.GOV<br
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Albany, NY for the purpose of collecting information about York Chiller Shaft Seal Repair Services at the VA Hospital in Syracuse, NY. The VA is seeking to provide for this requirement for base year plus four option years. The requirement is detailed in the Statement of Work section of this document. (e) Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Anthony Murray at Anthony.Murray2@va.gov. - Contractors shall identify the NAICS code for the product being offered as well as their size status under said NAICS. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall include any relevant comments about the Attachment(s) if applicable. Statement of Work Repair Chiller Shaft Seal VAMC- Syracuse I - CONTINUATION S 1449 SCOPE Furnish all parts and labor to remove, clean, replace bearings and re-install four motors on four existing York Model YK water cooled chiller at the VA Medical Center, 800 Irving Avenue, Syracuse, NY 13210. No more than two chillers may be out of service at any time during this contract. A) Chiller Specifics: Manufacturer York Model YKKQK4H9-CUG5 Serial Numbers Chiller 1: SEW-70VPP Chiller 2: SEWM-602270 Chiller 3: SEWM-590650 Chiller 4: SEWHE-598010 B) Contractor shall provide all parts, tools and equipment necessary to: - Remove the existing motor from the existing chiller - Clean motors and motor windings of all excess grease and contaminants - Replace motor bearings on each of the four motors - Re-install the motors onto the existing chillers - Megger test each motor prior to start-up - Perform start-up of each unit and check operations, add oil/lubrication as needed to required levels - Contractor shall accomplish all work in accordance with manufacturer s (York) recommendations and work will be accomplished by York factory trained technicians C) Period of performance: Contractor shall schedule all work to be completed within twenty eight (28) days following the date of notice to proceed from the contracting officer. HOURS OF WORK Contractor shall perform all on-site work required in the performance of this contract during the Medical Center s regular administrative working hours, 8:00am to 4:30pm, Monday through Friday, exclusive of Federal holidays. At the request of the Contractor, work at other times shall be scheduled, coordinated, and approved by the Contracting Officer s Representative (COR) and performed at no additional cost to the government. Upon arriving at the installation, the Contractor shall report to the COR, Facility Management Service, Building No. 2, before and after performance of service, providing evidence of service performed. SAFETY REQUIREMENTS In the performance of this contract, the Contractor shall take such safety precautions, in accordance with VA Safety Regulations and OSHA, which are reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall upon receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her 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 may issue an order stopping all and any part of the work, and hold the Contractor in default. INSPECTION OF PREMISES: Offerors are encouraged to inspect the premises in order to be fully aware of the scope of services required prior to submitting quotes. Failure to do so will not relieve the contractor from performing in accordance with the strict intent and meaning of the specifications without additional cost to the Government. Contractor is responsible for ensuring work area is clean and free of debris upon completion of each workday. Upon completion of service, the contractor will demonstrate full functionality in the presence of the COR. If the COR is unavailable at that time, then the COR will need to have designated an authorized VA personnel to act in his place. This will constitute part of the inspection to be performed by the COR. The COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. No invoices will be processed for payment prior to the completion of POC inspection.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/36C24218Q9335/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9335 36C24218Q9335.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4130586&FileName=36C24218Q9335-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4130586&FileName=36C24218Q9335-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9335 36C24218Q9335.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4130586&FileName=36C24218Q9335-000.docx)
- Place of Performance
- Address: SYRACUSE VA MEDICAL CENTER;800 IRVING AVE;SYRACUSE, NY
- Zip Code: 13210
- Zip Code: 13210
- Record
- SN04844117-W 20180308/180306231102-8eeff6867a2832cab91a075aa6b86e72 (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 |