Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2012 FBO #3745
DOCUMENT

J -- UTC Maintenance Agreement for Loma Linda CHP - Attachment

Notice Date
2/23/2012
 
Notice Type
Attachment
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70112R0043
 
Response Due
1/15/2012
 
Archive Date
4/14/2012
 
Point of Contact
Steven Grzybowski
 
E-Mail Address
7-8300
 
Small Business Set-Aside
N/A
 
Description
In accordance with Federal Acquisition Regulation (FAR) 52.215-3, "Request for Information or Solicitation for Planning Purposes" This Sources Sought Notice is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). REQUIREMENT: This activity proposes to issue a Request for Proposal (RFP) for a five year maintenance service contract for the UTC Power PureCell System Model 400 fuel cell which was installed at the VAMC Loma Linda, CA as part of a design-build CHP project awarded by this office. Contractor must be certified to perform the required service without invalidating the warranty of the fuel cell. SCOPE OF SERVICE - SERVICE LEVEL: GOLD This Service Level includes Preventive Maintenance, as more specifically described below, as well as Unscheduled Maintenance, as more specifically described below. PREVENTIVE MAINTENANCE: "REMOTE MONITORING Contractor shall remotely monitor key performance parameters of each PureCell ® System Model 400 fuel cell power plant ("Power Plant") covered by this Contract. Performance data will be recorded and made available in standard format to Customer upon Customer's written request or access to the data repository. The Customer will be advised within four (4) hours of events that Contractor determines require service action after such events are recorded. Contractor shall provide the Customer with all updates to the PureCell ® System Model 400 Customer advisory information as issued. "PREVENTIVE MAINTENANCE ACTIVITIES Contractor shall be responsible for performing "Preventive Maintenance" of the Power Plant. The current Preventive Maintenance activities are listed in the Preventive Maintenance Schedule attached hereto. All Preventive Maintenance performed under this Contract will be performed during regular working hours of regular working days for the technicians who perform the service. If the Customer requests overtime service, the Customer agrees to pay extra for the overtime-premium hours at Contractor overtime billing rates. There will be no charge for the straight time portion. Customer will reimburse Contractor for any rigging, hoisting and related services and equipment necessary to perform Preventive Maintenance. The Customer acknowledges that, upon agreement as to a timely schedule, Contractor will be permitted to shutdown the Power Plant(s) in connection with Preventive Maintenance performed under this Contract. "OFF-SITE TECHNICAL SUPPORT Contractor shall provide the Customer with off-site technical support associated with Power Plant operation, including troubleshooting of operational issues, providing technical information related to the operation of the Power Plant, and performing remote diagnostics. Contractor customer support personnel shall be available by telephone at all times and shall address email requests received from the Customer during Contractor regular business hours. UNSCHEDULED MAINTENANCE: ""Unscheduled Maintenance" includes provision of the parts and labor required to return the Power Plant to operation in the event of an unscheduled shutdown. This Contract covers Unscheduled Maintenance, subject to the terms and conditions herein. Customer will be responsible for a portion of the cost of parts and labor associated with Unscheduled Maintenance. "Unscheduled Maintenance specifically excludes repair or replacement of any equipment (and the associated labor) other than the parts of the Power Plant and the Cooling Module as set forth herein. UNSCHEDULED MAINTENANCE UNDER THIS CONTRACT INCLUDES REPLACEMENT OF THE CELL STACK ASSEMBLY AND THE FUEL PROCESSING SYSTEM, WHICH INCLUDES THE REFORMER AND THE INTEGRATED LOW TEMPERATURE SHIFT CONVERTER. IN THE EVENT ANY SUCH REPLACEMENT IS REQUIRED DURING THE TERM, EACH PARTY SHALL BE RESPONSIBLE FOR ITS RESPECTIVE PORTION OF THE COST FacilityAddress VA Loma Linda Healthcare System11201 Benton Street Loma Linda, CA 92357 Because this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of the solicitation. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business, SDVOSB, VOSB or 8(a) set-aside based on responses hereto so it is in the interest of small businesses to respond to this notice if they feel that they are capable of meeting the requirements of this project. ADMINISTRATIVE / MISCELLANEOUS: This contract is being procured in accordance with FAR Parts 15, 19, and 36. This project is planned for advertising in March 2012. CAPABILITY STATEMENT: Respondents shall provide a general capabilities statement to address the following information: 1.Please provide no more than three (3) contracts that your company has performed within the last three (3) years that are of comparable size, complexity, and scope to this requirement. Describe your Self-Performed** effort (as either a Prime or Subcontractor). Please be specific and provide a complete reference to include at a minimum the project name, contract award amount, building use (e.g., medical facility), start and completion dates, and the project owners' contact information as this person may be contacted for further information. **Self-Performed means work performed by the offeror themselves, NOT work performed by another company for them for any of the project examples provided. 2.Please identify your company's number of years in business; affiliate information, parent company, and joint venture partners. 3.Respondents shall provide the company's resumes, not to exceed two (2) pages each for key personnel that would be involved in the project and their respective roles. 4.Provide company business size and status as designated by the NAICS and the U.S. Small Business Administration (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Small Business, Hub Zone Small Business, etc.). 5.Provide the prime contractor's available bonding capacity in the form of a letter of intent from your bonding company with this submission. It is requested that interested contractors submit a response (electronic submission) of no more than 10 pages in length, single-spaced, 12 point font minimum that addresses the above information. This response must be submitted as a single application-generated (not scanned), searchable PDF document that is less than or equal to 5MB in size. Please note that hard copies will not be accepted. Please also include a cover page, which includes, at a minimum: the company's name, address, Dun & Bradstreet number, socio-economic status, point-of-contact name, phone number, and e-mail address. Responses must include the Sources Sought number and project title in the subject line of their e-mail response. Please note that this is a SOURCES SOUGHT NOTICE for MARKET RESEARCH PURPOSES ONLY. It will help to determine whether there are sufficient small businesses available capable of meeting the requirements. This notice is for information and planning purposes only. No evaluation letters and/or results will be issued to the respondents. After completing its analyses, the Government will determine whether to limit competition among the small business categories listed above, proceed with full and open competition as other than small business or procure from another source. At this time no solicitation exists; therefore, please do not request a copy of the solicitation. If a solicitation is issued it will be synopsized in FedBizOpps at https://www.fbo.gov or posted to GSA eBuy at https://www.gsaadvantage.gov. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Submissions (responses) shall be submitted via email to the primary point of contact listed below by March 9, 2012 at 12:00 P.M., Eastern Standard Time (EST); No phone calls will be accepted. Contracting Office Address: VA National Energy Business Center (VA-NEBC) 6150 Oak Tree Blvd., Suite 300 Independence, OH 44131 Primary Point of Contact: Steven Grzybowski, Contract Specialist E-Mail: Steven.Grzybowski@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/414ff897e8ebecf6844c41abcae311d6)
 
Document(s)
Attachment
 
File Name: VA701-12-R-0043 VA701-12-R-0043_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=299708&FileName=VA701-12-R-0043-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=299708&FileName=VA701-12-R-0043-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02681928-W 20120225/120223235353-414ff897e8ebecf6844c41abcae311d6 (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 |
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.