SOURCES SOUGHT
J -- Base Year Laundry PM
- Notice Date
- 8/16/2024 6:37:14 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25924Q0722
- Response Due
- 8/23/2024 11:00:00 AM
- Archive Date
- 10/22/2024
- Point of Contact
- Salvatore Voter, Contracting Officer, Phone: (801)582-1565 X3892
- E-Mail Address
-
salvatore.voter@va.gov
(salvatore.voter@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Statement of Work Laundry Equipment Preventive Maintenance Services Oklahoma City VAMC The contractor shall provide Laundry Equipment Preventive Maintenance service in accordance with the terms and conditions stated within this Statement of Work (SOW). All work shall be coordinated with the Oklahoma City VA Health Care System s Contracting Officer s Representative (COR). MAINTENANCE SERVICES AND SERVICE CALLS: General: Contractor shall perform preventive maintenance as specified within all updated manufacturer specifications and requirements for the listed inventory. Technicians shall have adequate experience, training, and applicable licensing, to perform required preventative maintenance. Contractor shall provide all labor, materials, and equipment necessary to complete preventive maintenance. Contractor shall provide all labor, materials, and equipment necessary for protection of VAMC personnel, furnishings, equipment and buildings from damage, and shall replace or repair any damage due to work performed under this contract equal to its original construction and finish. Contractor must have adequate insurance protection against negligent work and other forms of liability and follow all federal, state, local, and VA Regulations related to this requirement. Upon request, contractor shall provide proof of certification attesting that all gauging and measurement equipment used has been currently calibrated either according to the manufacturer s specifications or a standard traceable to the National Bureau of Standards. Introduction: Oklahoma City VA Medical Center has a central laundry plant to provide services to the medical center and other federal entities. The central laundry plant consists of the following equipment: Milnor 80 lb Washer 36021V5Z 161219364 Braun 200 Lb Washer 200NMTVP 2 TM2002K14016SMD Braun 200 Lb Washer 200NMTVP 2 TM2002K14017SMD Braun 400 Lb Washer 400NMTVP 2 TM4002K11112 Braun 800 Lb Washer 800NMTVP 2 TM8002K11022 Jensen Dryer T443 T4431122260214 Braun Spreader TP4SSF TP1015464T Colmac Garment Finisher CFS90 053116CFBP0429 Braun Ironer 02SCT48 NGF 120 2SCT481015856T Jensen Dryer T443 T4431122591014 Chicago Small Piece Folder Air 63186 Huebsch Gas Dryer HT120NREF6C2W01 1605052552 Braun Small Piece Folder SPFRF SPF9113154B Braun Stacker LPS1 ST10151558BA Jensen Separator Viking 2000 51025 Braun Feeder MP2SSF 130 MP31420432G2T Braun Folder NIPF3CF/B B10140087B Braun Stacker BLPS BST10140227B Braun Large Piece Folder 4PF3CF/A120 OMAR1015430935T Preventive Maintenance: Contractor shall perform preventive maintenance as specified within all updated manufacturer specifications and requirements/checklists. This shall include minimum monthly maintenance to include (as applicable to individual equipment): Bearings Lubricate Belts Verify proper tension, Replace/adjust Burners check sensors and operation Drive Components check for proper operation, adjust as necessary Hoses & Connections Check for leaks Filters replace/clean Gaskets verify doors/gaskets do not leak Motor Mounts Tighten as necessary Motor Clean with compressed air Interior Clean Electrical Components Check for proper voltage, clean with compressed air, check for loose/broken wires Door(s) & Hinges Tighten as necessary Safety Check for proper operation Valves check for proper operation Overall Verify proper operation checking for unusual noise/vibration. SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled work will be performed only during VAMC s normal working hours (8:00 a.m. to 4:30 p.m. Monday through Friday excluding federal holidays). Contractor shall schedule all work with the Contracting Officer s Representative. Vendor shall provide at least two weeks notice to the COR prior to performing the work. Work cannot be scheduled during heavy steam load periods. Only one boiler at a time can be out of service for the inspection, testing, and calibration procedures. Work must be conducted when the COR or his/her designate is available on site to monitor the work. Check in/out procedures: Prior to commencement of and immediately after each service visit, the contractor and/or contractor s authorized repair technician must check in and out with the COR. Due to heightened security requirements, the contractor and/or contractor s authorized service representative will be required to wear an ID Badge which will be signed for upon arrival and turned in when leaving. FEDERAL HOLIDAYS: Federal holidays are any calendar days designated by statute or executive order as federal holidays. Federal holidays consist of New Year s Day, Martin Luther King Jr. s Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas. DOCUMENTATION: Contractor shall provide this VA HCS with individual service reports, which describes the inspection services performed on the equipment. All safety-related deficiencies shall be immediately reported to the COR, during the inspection visit. All maintenance checklists shall be submitted to COR within 1 week of completion of work including any recommendations for items needing repaired/replaced. PROTECTION FROM DAMAGE: Contractor shall provide all labor, materials, and equipment necessary for protection of VA HCS personnel, furnishings, equipment and buildings from damage, and shall replace or repair any damage due to work performed under this contract equal to its original construction and finish. RESPONSE REQUESTS: Contractor shall only respond to requests for service from VA HCS CO or COR. If service is requested from any other source the Contractor is to advise the caller of this requirement and refuse to respond. Any billing resulting from unauthorized service will not be paid by the government. CHECK IN/OUT PROCEDURES: Prior to commencement of, and immediately after each service visit, the Contractor or his authorized repair technician must check in and out with the VA HCS COR (during normal working hours). Contractor will be required to obtain contractor badges provided by the VA HCS. LIABILITY INSURANCE: Contractor must provide this VA HCS with written confirmation that Contractor has adequate insurance protection against negligent work and other forms of liability. The nature and level of protection must be acceptable to this VA HCS. INFORMATION SECURITY: The C&A requirements do not apply, and a Security Accreditation Package is not required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a9692fe2027848e489b8e023461d050e/view)
- Place of Performance
- Address: Department of Veterans Affairs Oklahoma City VA Medical Center 921 NE 13th Street, Oklahoma City 73104
- Zip Code: 73104
- Zip Code: 73104
- Record
- SN07174534-F 20240818/240816230117 (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 |