SOLICITATION NOTICE
J -- Emergency Generator Annual Preventive Maint (VA-19-00062029) This procurement is unrestricted.
- Notice Date
- 4/9/2020 8:05:03 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24520Q0357
- Response Due
- 4/14/2020 12:00:00 AM
- Archive Date
- 06/13/2020
- Point of Contact
- Randy Brown Randall.brown@va.gov
- E-Mail Address
-
Randall.brown@va.gov
(Randall.brown@va.gov)
- Awardee
- null
- Description
- 1. Introduction: A. 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; offers are being requested and a written solicitation will not be issued. B. This solicitation is being issued as an Unrestricted RFQ. C. The applicable NAICS code is 811310 and the Small Business Size Standard is $8M D. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-02. The full text of the provisions and clauses can be obtained from the following websites: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/. 2. Responding to this solicitation. Offeror must submit its offer via Email to RANDALL.BROWN@VA.GOV. Offeror must provide the following information with its offer: Legal entity name, address, DUNS of your company; Information that demonstrates your company s technical capability and experience: Related Experience: proof of experience as the prime contractor for at least 2 separate contracts. Ability to perform in accordance with the Scope of Work, attached. Compliance with Limitations on Subcontracting: Describe any relationship to the offeror of any personnel who will be providing services under the contract that are not directly employed by the offeror. Provide a copy of offeror s written teaming arrangement or subcontracting plan that explains each party s specific responsibilities/activities regarding the performance of the contract, as well as the duration and terms of the arrangement. Completed Price Schedule for specified period of performance (see the Price Schedule Attachment for CLIN descriptions); 3. Date & time offers are due: Apr 14 2020 at 10:00 AM EDT. 4. Evaluation-Commercial Items. A single award will be made to the responsible offeror who submits an acceptable offer, as determined by a technical evaluation, and has the overall best value for satisfactory completion of all contract requirements. Technical will be rated as Acceptable/Unacceptable . The acceptable offer with the best overall value will be deemed the most advantageous to the Government. Past Performance will be rated as Acceptable/Neutral/Unacceptable . Past performance information will be obtained from various data sources (e.g., Past Performance Questionnaires from offeror s references, PPIRS, offeror-provided information). The apparent successful offeror s past performance will be evaluated as part of the Contractor Responsibility Determination to ensure the presence of an acceptable performance record in accordance with FAR 9.104-1. If offeror has no relevant past performance, it will not be evaluated favorably or unfavorably on past performance. No adjectival ratings will be used to evaluate price. Proposed prices will be evaluated for fair and reasonableness using the price analysis techniques listed in FAR 13.106-3. 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). 5. Description of Work: STATEMENT OF WORK PART A GENERAL INFORMATION A.1 INTRODUCTION The VAMC located at 1540 Spring Valley Drive, Huntington WV, 25704 has a requirement to have 15 emergency backup generators serviced. A.2 BACKGROUND The VAMC has 15 large Emergency Backup Generators, most of which start automatically during a power outage. All 15 Generators require Preventive Maintenance, Checks and Services. (ie, changing the oil, new fuel filter, new oil filters, New Air Filters, ect). A.3 SCOPE OF WORK Vendor will provide all parts, labor, equipment, material, supplies (Oil, Oil Filter, Fuel Filter, Air Filter, ect.) and supervision to service and conduct Preventive Maintenance on 15 Emergency Backup Generators per the Statement of Work listed below. The entire Checklist found in Part B.2 must be completed on each Generator to include the 4 Major tasks listed below: (a) Change Oil (b) Change Oil Filter (c) Change Fuel Filter (d) Change Air Filter The service company is to be aware that the list of generators found in Part B.1 may change from option year to option year. Services are to be provided starting in April of 2020 through April of 2024. STATEMENT OF WORK PART B WORK REQUIREMENTS B.1 The following is a list of the generators that are required to be serviced: B.2 Task to be completed for each generator. The following Preventive Maintenance, Checks and Services will be conducted as appropriate/required for each specific generator: Check condition & tension of all belts. Adjust as necessary. Check super/turbocharger for leaks & wear. (if applicable) Visually check lube oil condition & level. Visually check for oil leaks. Visually check coolant condition & level. Record anti-freeze protection level. Record coolant dca protection level. Visually check for coolant leaks. Visually check operation of coolant heater. Visually check condition of coolant hoses. Visually check condition & operation of remote radiator. (if applicable) Pressure test radiator cap. Visually check exhaust system condition & for leaks. Change Air Filter. Visually check hoses, clamps, and air restriction indicator. Change Motor Oil. Change Motor Oil Filter. Visually check air & vent tube connections. Clean and inspect crankcase breather. Visually check fuel lines & connections. Visually check day tank fuel level. Visually check for fuel leaks. Check transfer or day tank pump. Change fuel filter(s) Clean fuel bowl. (if applicable) Visually inspect ac/dc brushes & commutator. (if applicable) Visually inspect commutator. (if applicable) Visually inspect collector ring. (if applicable) Visually inspect electrical connections. Visually check battery connections & clean if needed. Visually check battery condition & solution level. Check starting system operation. Record cranking voltage. Note overall condition of battery system. Check condition of charger and record battery charger amps and volts. Run & check for proper lube oil pressure, water temp, coolant temp, oil temp, alternator charge rate, voltage, and frequency. Run & check for normal operation & leaks. Check for vibration. Visually check operation of louvers. Check for proper governor operation. Record all gauge and meter readings. Check output of generator ac voltage. (automatic transfer switch) Check condition of voltage sensors. (automatic transfer switch) Check for proper adjustment of timers. (automatic transfer switch) Check for proper adjustment of start relay. (automatic transfer switch) Visually check exerciser clock for proper operation. A detailed list of materials/parts needed to conduct Preventive Maintenance for each generator will be provided by the Vendor to the VAMC. This list will include part numbers for all items on each generator such as Oil, Oil Filter, Fuel Filter, Air Filter, ect. On several generators the VAMC will hook up a portable generator before the servicing begins, to assure the continuity of electricity. This may delay starting the servicing by a short period of time, though we will pre-position the portable generator and we use quick disconnects. All service adjustments will be made in accordance with manufacturer's specifications using required tools and procedures. Vendor shall be responsible for cleaning of the work area and equipment upon completion of work. All diesel engines shall be wiped free of oil and grease. The diesel room floor area shall be swept clean. All accumulated rubbish shall be removed daily. All fuel oil, lubrication, and any other material substance creating an unsafe operating area shall be removed daily. The contractor shall be responsible for the proper disposal of all hazardous materials as a result of this contract. All used oil or other petroleum products shall be removed by the contractor upon completion of work. STATEMENT OF WORK PART C SUPPORTING INFORMATION C.1 Place of Performance The VAMC located at 1540 Spring Valley Drive, Huntington WV 25704. C.2 Period of Performance The Contractor shall perform all work during normal business hours, (unless other times are stipulated by the Contracting Officer s Representative (COR) with the approval of the Contracting Officer. The contractor shall perform maintenance on the generators annually ever April or per manufacture specifications. C.3 Special Considerations C.3.1 Contractor Furnished Materials All labor, materials, equipment to perform the job. When furnish , provide , install , or similar term is used it shall mean a complete installation, ready for use. The vendor shall supply all parts, equipment, material and labor to conduct work as listed in the Statement of Work above. The work will include all items as described in the Scope of Work listed above. C.3.2 Qualifications of Key Personnel Contractor s employees should be knowledgeable of standards associated with this type work. C.3.3 Supervision/Communications. At all times during the performance, the Contractor s Superintendent (if applicable) shall be available by cellular phone. Prior to beginning any work, the Contractor shall supply the COR with the telephone number for the Superintendent. The Contractor s Competent Person that meets OSHA training guidelines, is capable of making decisions and acting on behalf of the Contractor shall be physically located on site at all times during performance of the contract. If the Contractor s Competent Person is absent from the job site for an extended period of time, the COR may send all Contractor/sub-contractor employees off the job. C.3.4 Security Requirements: Contractor shall identify which employees will be working under the awarded contract. Contractor personnel shall include employees, sub-contractors, subcontractor employees, suppliers and delivery personnel entering the Medical Center. This does not apply to suppliers and delivery personnel making deliveries to the VA warehouse dock only. Those employees shall bring photo ID to obtain a VA Contractor identification badge that shall be worn above the belt at all times while on Medical Center property. Contractor s employees shall return all I.D. badges to designated personnel at time designated in the task order. C.3.5 The Contracting Officer s Representative (COR) is responsible for the inspection of the work called for in this job. The Contracting Officer s Representative will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities. C.3.6 The Safety Manger is responsible for safety inspections of all contract operations. The Safety Manager will be identified in the task order by name, phone number and location. C.3.7 Smoking Policy. The Contractor shall not allow smoking in any building. The Contractor shall ensure employees smoke only in designated outdoor areas, 50 feet away from buildings. C.3.8 Parking/Traffic Regulations. The Contractor shall not park on grassy areas unless approved by the COR and the Contractor agrees to restore areas back to VA standards. Drivers should be particularly concerned with pedestrian traffic. Yield to pedestrians in crosswalks. Posted speed limits and all other traffic controls are to be observed by operators at all times. Seat belt use is mandatory on the VA grounds.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/84fb2c1fb29043839e706d2825f40297/view)
- Place of Performance
- Address: DEPARTMENT OF VETERAN AFFAIRS MEDICAL CENTER;VAMC 581;1540 SPRING VALLEY DR;Huntington, WV 25704, USA
- Zip Code: 25704
- Country: USA
- Zip Code: 25704
- Record
- SN05615732-F 20200411/200409230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |