Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 23, 2012 FBO #3772
DOCUMENT

J -- Emergency Generator/Transfer Switch Preventative Maintenance VA Nebraska-Western Iowa Health Care System - Attachment

Notice Date
3/21/2012
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Contract Service (90C);2501 W. 22nd St.;Sioux Falls SD 57105
 
ZIP Code
57105
 
Solicitation Number
VA26312Q0383
 
Response Due
3/29/2012
 
Archive Date
5/28/2012
 
Point of Contact
John Becker
 
E-Mail Address
ecker3@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to perform/provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including, commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions should be submitted by email to john.becker3@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub-zone, 8(a), small, small disadvantage, woman-owned small business, or large business) relative to NAICS 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (size standard $7.0 Million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. TYPE OF CONTRACT: A Firm-Fixed Price Contract is anticipated. PERIOD OF PERFORMANCE: The period of performance is anticipated to be an annual contract with a base year of 12 months, with four (4) one-year options. SPECIFIED REQUIREMENT: The VA Nebraska-Western Iowa Health Care System, Network 23 is seeking sources for a potential vendor to provide EMERGENCY GENERATOR/TRANSFER SWITCH PREVENTATIVE MAINTENANCE Services. (a) Contractor to furnish all labor, testing equipment, materials and skill to perform maintenance, inspections and load bank testing for emergency generators. (b) Level I, II and III Services may be combined or performed separately and will either be performed once or twice annually, depending on VAMC location. (c) Level I, II, and III maintenance is required. (d) Level I service includes the inspection of cooling and fuel systems, air induction and exhaust systems, lube oil system, starting system, inspection of engine monitors and safety controls, power generator and control panel. (e) Level II service includes changing of fuel filter elements, clean primary fuel filter screen, perform an oil sample analysis, clean the engine crank case breather, inspect air cleaner elements and air induction system, inspect turbocharger for end play and leaks, add coolant conditioner to update inhibitor strength, test run generator set and check for leaks and change lube oil and filters. (f) Level III service includes Load Bank Test. (g) Service will include oil change and load bank test. (h) Inspection will include oil and diesel fuel analysis. (i) Load bank testing will be conducted a minimum of four (4) hours. (j) Service will include operational Automatic Transfer Switch (ATS) inspection. PLACES OF PERFORMANCE: Omaha Nebraska VA Medical Center, 4101 Woolworth Ave, Omaha, NE 68105 Grand Island Nebraska Community-Based Outpatient Clinic (CBOC), 2201 North Broadwell Ave, Grand Island, NE 68803 Lincoln Nebraska Community-Based Outpatient Clinic (CBOC), 600 South 70th St, Lincoln, NE 68510 RESPONSES: Responses must be emailed to john.becker3@va.gov no later than 3:00pm CST, March 23, 2012. Your response should include both the STATEMENT OF CAPABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained below. Please place "Attention: Emergency Generator/Transfer Switch PM" in the subject line of your email. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. REQUESTED INFORMATION: (1) STATEMENT OF CAPABILITY: Submit a brief description, (1) page or less, that shows your company can provide the required services. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private medical facility. Please specify your availability to start date. Please indicate your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please NOTE: any future solicitation could only be awarded to a contractor who is registered in CCR and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. CONTRACTING OFFICE ADDRESS: Department of Veterans Affairs, Contract Service (90C), 2501 W 22nd St, Sioux Falls, SD 57105
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SFaVAMC/VAMCCO80220/VA26312Q0383/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-12-Q-0383 VA263-12-Q-0383.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=310955&FileName=VA263-12-Q-0383-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=310955&FileName=VA263-12-Q-0383-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Nebraska-Western Iowa Health Care System;Omaha NE VA Medical Center;Grand Island NE Community Based Outpatient Clinic;Lincoln NE Community Based Outpatient Clinic
Zip Code: 68105
 
Record
SN02702060-W 20120323/120321235123-021482fbd87b1241cc2dd63df63466aa (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.