Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 21, 2023 SAM #7725
SOURCES SOUGHT

Z -- Energy Plant Chillers Maintenance and Repair

Notice Date
1/19/2023 1:32:28 PM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q0375
 
Response Due
1/24/2023 2:00:00 PM
 
Archive Date
04/24/2023
 
Point of Contact
Catherine Fernandez, Contract Specialist, Phone: (480)-466-7937
 
E-Mail Address
catherine.fernandezpedernera@va.gov
(catherine.fernandezpedernera@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Maintenance and Repair of VA New Mexico Chillers Sources Sought Announcement: This is a SOURCES SOUGHT ANNOUNCEMENT ONLY , it is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources-sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential sources capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of business, e.g. small or other, as appropriate and (i) must provide a Capability Statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below in italics. The Contractor shall have an established business, with an office and full-time staff, to include a Field Service Engineer (FSE) and a backup FSE. The FSE(s) must have successfully completed a formalized training program, for the equipment identified in the schedule. For field experience, with respect to scheduled and unscheduled preventive and remedial maintenance. The contractor s technicians shall be manufacturer trained and qualified with not less than five (5) years experience working chillers, DX units and air handling units. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services. The contractor shall obtain, have on file, and make available to its field service engineer (FSE) all operational and technical documentation (such as: operational and service manuals, schematics, and parts lists) which are necessary to meet the performance requirements. This specification covers the furnishing of labor, material, equipment, tools, parts, supervision, and technical expertise for the full preventative maintenance services, equipment testing, equipment disassembly, adjustment, calibrating, and maintenance inspections service. Services will be required on a twenty-four (24) hour seven (7) days per week to include emergency call back service of three (3) chillers. Preventative maintenance shall be scheduled and performed monthly on all equipment and includes all maintenance, repair, and calibration of the listed systems/equipment. Contractor to perform the following: Provide running (monthly) inspections of the three (3) existing chillers Provide once a year, factory annuals on the three (3) existing chillers Contractor service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, OSHA, CDRH and the original equipment manufacturer (OEM) specifications. All defective or other repair/maintenance parts shall be replaced with only new standard Original Equipment Manufacturer (OEM) parts. All new parts furnished shall be current manufacture and shall have full compatibility with the equipment for which it is intended. The Contractor is responsible to have in-stock or have the ability to provide all necessary parts, components, assemblies, modules and equipment to restore any malfunctioning equipment to full performance. The Contractor shall supply and bear the cost of all parts, lubricants, cleaning supplies and tools required for preventive maintenance and, as a result of normal wear and tear, restore equipment to full performance. Item Equipment Type Manufacturer Model 1 Chiller (#1) 570 Ton Trane Co CVHE058FAPOAMZ61RAE6N1 2 Chiller (#2) 800 Ton Centrifugal Carrier air cond group 19XRV6Z694T5LEH64S 3 Chiller (#3) 570 Ton Trane Co CVHE058FAPOAMZ61RAE6N1 4 Cooling Tower (#1) Marley Co NCCLASSCT 5 Cooling Tower (#2) Marley Co NCCLASSCT 6 Cooling Tower (#3) Marley Co NCCLASSCT 7 Plate & Heat Exchanger (Cooling Tower) Paul Mueller AT80-LB20 8 Water Pump- P13 Armstrong Pump Co DE4300 1013 060.0 9 Water Pump, Chilled- P6 (Chiller #1) Marathon xxxxxxxxxxxxxxxx 10 Water Pump, Chilled- P7 (Chiller #2) Aurora Pump Co. 16703083-100 11 Water Pump, Chilled- P8 (Chiller #3) Aurora Pump Co. 16703083-100 12 Water Pump, Condensor- P12 Paco 80123 13 Water Pump, Condensor- P14 Armstrong Pump Co De4300 1013 060.0 14 Water Pump, Main Chilled- P10 Aurora Pump Co.. 125180T3G405TC 15 Water Pump, Main Chilled- P11 Aurora Pump Co. 125180T3G405TC 16 Water Pump, Main Chilled- P9 Aurora Pump Co.. 16703086-100 Important Information: The Government is not obligated to - nor will it pay for or reimburse any costs associated with responding to this sources-sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811310 (12.5 Million). Notice to Potential Offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Managemen (SAM). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at VetBiz Portal . All interested Offerors should submit information by e-mail: catherine.fernandezpedernera@va.gov. All information submissions to be marked Attn: Catherine Fernandez, Contract Specialist and should be received no later than 15:00 pm EST on the due date found on page 1 of this Sources Sought Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cb1bfc85df2b4c4396872b9be6f815ad/view)
 
Place of Performance
Address: New Mexico VA Health Care System 1501 San Pedro DR SE, Albuquerque, NM 87108-5153, USA
Zip Code: 87108-5153
Country: USA
 
Record
SN06568701-F 20230121/230119230113 (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.