Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2020 SAM #6845
SOLICITATION NOTICE

J -- Preventive Maintenance on Water Chillers - Base Plus Option Years (VA-20-00078490)

Notice Date
8/24/2020 10:01:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
 
ZIP Code
30904
 
Solicitation Number
36C24720Q1153
 
Response Due
9/7/2020 8:00:00 AM
 
Archive Date
09/20/2020
 
Point of Contact
Chaz D. Bowling, Contract Specialist, Phone: (615) 440-3018
 
E-Mail Address
chaz.bowling@va.gov
(chaz.bowling@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION GENERAL INFORMATION Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24720Q1031 Posted Date: 08/24/2020 Original Response Date: 09/07/2020 11:00 AM EST Product of Service Code: J041 NAICS Code: 811310 Contracting Office Address Network Contracting Officer (NCO) 7 ATTN: Chaz D. Bowling Department of Veterans Affairs 501 Greene Street Hatcher Building Suite 2 Augusta, GA 30901 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 / 08-03-2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $8.0 Million. The Network Contracting Office 7 is seeking to Trane, York, and Carrier Water Chiller Preventative Maintenance for the Charlie Norwood Veterans Affairs (VA) Medical Center. All questions regarding this RFQ must be in writing and may be sent by e mail to Chaz.Bowling@va.gov. Questions must be received no later than August 28, 2020 at 9:30 AM EST. No further questions will be accepted after that date and time. You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer (CO). All interested companies shall provide quotation(s) for the following: CLIN(s) Description QTY Measure Unit $ Total $ 0001 Water Chiller Preventative Maintenance POP: Oct 1, 2020 to Sep 30, 2021 1 YR 1001 Water Chiller Preventative Maintenance POP: Oct 1, 2021 to Sep 30, 2022 1 YR 2001 Water Chiller Preventative Maintenance POP: Oct 1, 2022 to Sep 30, 2023 1 YR 3001 Water Chiller Preventative Maintenance POP: Oct 1, 2023 to Sep 30, 2024 1 YR 4001 Water Chiller Preventative Maintenance POP: Oct 1, 2024 to Sep 30, 2025 1 YR Total Contract Pricing $ Performance Work Statement (PWS) Preventive Maintenance of Water Chillers Charlie Norwood VA Medical Center (CNVAMC) GENERAL INFORMATION Purpose: The Charlie Norwood Veterans Affairs (VA) Medical Center Campus intends to procure services of a vendor to provide labor and materials to conduct preventative maintenance on York, Trane, and Carrier water chillers located at CNVAMC Uptown Building 79, Uptown Building 801, and Downtown building 802. Background: The CNVAMC is currently seeking to contract for preventive maintenance on the water chillers located at the Uptown and Downtown locations located at 1 Freedom Way and 950 15th Street, Augusta GA Scope of Work: The Contractor shall provide material and labor to perform the chiller preventive maintenance requirements detailed in this statement of work. Labor to include repairs to chillers Type of Contract: Firm Fixed Price Contract PERFORMANCE Place of Performance: Uptown Division Downtown Division Charlie Norwood VA Medical Center 1 Freedom Way Building 110 Augusta, GA 30904 Charlie Norwood VA Medical Center 950 15th Street Building 801 Augusta, GA 30904 Period of Performance: This contract is for a one (1) base year and four (4) one (1) year options. In accordance with 52.217-9 An option clause does not obligate the VA to exercise an option. The VA has the discretion to unilaterally exercise, or not exercise the option period. The period of performance dates are as follows: Period Dates Base Year October 1, 2020 September 30, 2021 Option One (1) October 1, 2021 September 30, 2022 Option Two (2) October 1, 2022 September 30, 2023 Option Three (3) October 1, 2023 September 30, 2024 Option Four (4) October 1, 2024 September 30, 2025 Hours of Performance: The contractor will provide the service during the hours of operation Monday Friday, 8:00 AM 4:00 PM Eastern Time (ET) and is subject to change depending on the Governments need. Weekends may be added through contract modification if funds permit. Unless otherwise specified the Government observes the following holidays: New Year s Day January 1 Martin Luther King s Birthday Third Monday in February President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by United States (U.S.) Government agencies. Delivery Hours: Deliveries are accepted between the hours of 8:00 AM and 3:30 PM ET Monday - Friday, excluding federal holidays list in the table at section 2.3. All deliveries will be processed through the warehouse location at the Uptown and Downtown Divisions located at: Uptown Division Downtown Division Charlie Norwood VA Medical Center 1 Freedom Way Building 110 Augusta, GA 30904 Charlie Norwood VA Medical Center 950 15th Street Building 801 Augusta, GA 30904 TASK Contractor shall perform three (3) preventative maintenance (PM) inspections; During each PM visit, contractor will replace such normally replaced PM parts (oil, filters, gaskets, dryers, etc.) as may be necessary for the satisfactory functioning of the equipment. The contractor will also provide (to the COTR) oil recycle/disposal certificate(s) for all used oil removed during P.M. procedures. Perform annual PM on three (3) ABB variable speed drives located in 1A1018-79 and Five (5) Eaton Electrical variable speed drives located in 1A200-802. ACS shall provide all tools, computers, meters and testing equipment required to perform all PM operations. Clean normal accumulation of dust and debris. Inspect all assemblies, components and wiring for signs of overheating, correct condition or tighten connection as necessary. Clean printed circuit boards and inspect for damage. Check power supply voltages. Check and verify operation. Check oil return system operation Check operation of motor starter and/or VSD Check Voltage and current balance Check sup heater and thermostat operation Verify proper operating safety controls Verify condenser and evaporator water flows Inspect for noticeable leaks around gaskets and seals on chiller vessels, compressor and motor Check and tighten all electrical components Megohm motor windings Clean or backflush heat exchanger Lubricate motor Replace starter air filters if applicable Contractor will schedule all site visits with the Energy Plant Supervisor at 706-823-3932 or 706-731-7146, fourteen (14) calendar days in advance to confirm that the equipment can be serviced at a time that is agreeable Contractor will maintain a sufficient stock of all parts meeting or exceeding the original manufacturer's design and specifications needed for repair and maintenance of the equipment or be able to secure needed parts within one calendar day. The VA reserves the right to inspect ACS's facility to confirm parts availability Contractor shall perform one (1) annual Manufacture s Preventative Maintenance (PM) Service on seven (7) water chillers and eight (8) variable speed drives; Contractor will also provide two (2) on-site Scheduled (in Lieu of remote connected service visits) visits on seven (7) centrifugal chillers conducted by Manufacturers (York, Trane, and Carrier) trained technicians; Contractor shall mechanically clean all condenser tubes and heads annually; contractor shall also perform vibration analysis on the condenser water and chill water pump annually, providing written result and recommendation. Contractor shall provide gauge calibration testing and report for the temperature and pressure gauges on the chillers, condenser and chill water pumps with recommendation; Contractor shall perform oil sample testing annually; Contractor shall provide the annual Manufacture s recommended Preventative Maintenance Service that will be made during the month of December or January; Contractor shall perform any calibration procedures or adjustments necessary to assure accurate, reliable and safe equipment operation will be performed at this time; Equipment to be covered under this contract: Downtown Division, Energy Plant, Room 1A200 Uptown Division Energy Plant, Building 79, Room 1A108 1. One (1) York Millennium Water Chiller Model YTG3A4C3-CLH 2. One (1) York Millennium Water Chiller Model YTL4D8F2-CVJ 3. One (1) York Millennium Water Chiller Model YKKPKRH9-CVGS PM kit (366-94952-016) 4. One (1) York Millennium Water Chiller Model YKKPKRH9-CVGS 5. Four (4) Eaton Electrical VFD Model VS075411A-N0000 6. One (1) Eaton Electrical VFD Model VS040411A-N0000 7. One (1) Trane Chiller Model RTAA1254XN01A3D1BFGN 8. One (1) Carrier Chiller, Model 30GN-110-610 1. One (1) York Millennium Water Chiller Model YK 2. One (1) York Millennium Water Chiller Model YKHHHDJ2-CBF 3. One (1) York Millennium Water Chiller Model YKNQN4K2-CBGS 4. Three (3) ABB Variable Speed Drives Model ACH 400 CONTRACTORS REASONABILITY Provide Qualified Technicians: The Contractor who is performing testing and maintenance of the equipment shall be certified technicians to perform the required testing on the identified ceiling patient lifts. Technicians shall be chlorofluorocarbon (CFC) certified at all times during the performance of this contract; Technicians shall be trained and certified for any preventative maintenance and repair work on York, Trane, and Carrier (manufacturers) Water Chillers and equipment. Service representatives or technicians must be manufacturer trained on all items listed in the equipment schedule located at section 3.9; Prefer technicians to have a minimum of two (2) years experience inspecting and working with York, Trane, and Carrier (manufacturers) water chillers and equipment. Contractor will provide OEM parts and labor to conduct any repairs; Contractor will work with the Contract Officer Representative (COR) to schedule maintenance; Contractor is responsible to replace any items damaged by the contractor employees or sub-contractor employees; Contractor is always responsible to keep work area clean preventing safety hazards to patients and medical staff. All debris shall be removed before contractor personnel at the end of the workday; Contractor shall be licensed to perform this service in the State of Georgia and provided the Government with all licenses and certifications needed. All licenses and certifications will be in the Prime Contractors name. During the renewal years the annual PM the contractor will mechanically clean all condenser tubes and heads and will also perform vibration analysis on the main compressor and motor bearings of each water chiller. Written results with recommendations of the vibration analysis and oil sample testing will be provided to the Contracting Officer (CO) and COR within 10 workdays of test completion GOVERNMENT RESPONSIBILITY COR shall ensure that all contracted technicians are trained in proper repair methods and have current badges to enter the facilities. COR shall ensure that all work areas are available at the time services begin. COR shall ensure that all background checks have been cleared and results shall be provided to the Contracting Officer (CO) for electronic filing. Scheduling will be arranged with the COR/ACOR.  Contractors do not need to be supervised by Veteran Affairs employees at all times but do need to check in with the designated person onsite at beginning of each workday. Contractor shall follow local policy in providing appropriate identification to on-site contractors.  The facility COR will designate the person to check in with at each facility to provide identification. COR shall notify the contractor of any changes in services that have been scheduled. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) Methods of Surveillance The COTR shall use the surveillance methods listed below in the administration of this QASP; Direct Observation: Individual inspections of repairs and maintenance services; Periodic Inspection: Inspections will be scheduled annually and after repairs and maintenance; User Survey: Customer complaints; Complaints are investigated and validated Performance Standards: Performance Indicators PWS Ref Performance Measure Acceptable Level of Quality Method of Assessment Incentive Dis-incentive Must be able to provide all equipment and parts needed to perform the service 3 No more than one incident a year 95% Periodic Sampling and Validated Customer Complaints Positive Past Performance Options Awarded Poor past performance / negative CPARS Must have qualified personnel perform services. Must have valid certifications to perform this type work 4.1 Must have qualified personnel that has performed this type work in Hospital 100% Direct Observation and Periodic Inspection Positive Past Performance Options Awarded Poor past performance / negative CPARS Must be able to perform job as scheduled in a timely manner 3 No more than 10 untimely inspections annually 95% Direct Observation and Periodic Inspection Positive Past Performance Options Awarded Poor past performance / negative CPARS INVOICING Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, validated by the COR, and submitted electronically through OB-10. A properly prepared invoice will contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Total Amount Due CHANGES TO THE STATEMENT OF WORK Any changes to this PWS shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. CONFLICT OF INTEREST: The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. The Contractor shall not employ any person who is an employee of the Department of Veterans Affairs. Nor shall the Contractor employ any person who is a member of the immediate family of a VA employee, if the employment of that family member would create a conflict of interest, or the appearance of a conflict of interest, particularly with regard to influencing the contract negotiations, terms of the contract or the work carried out under the contract. In any such case VA must review the matter and give its approval in accordance with agency ethics rules. (End of PWS)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eba359bd671049e6895ad373249e0cf1/view)
 
Place of Performance
Address: Department of Veterans Affairs Charlie Norwood VA Medical Center Uptown and Downtown Divisions 1 Freedom Way, Augusta, GA 30904, USA
Zip Code: 30904
Country: USA
 
Record
SN05770751-F 20200826/200824230148 (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 |
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.