DOCUMENT
J -- Repair emergency electrical power system - Attachment
- Notice Date
- 6/18/2012
- Notice Type
- Attachment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (90/CCA);McClellan CA 95652-1012
- ZIP Code
- 95652-1012
- Solicitation Number
- VA26112Q0583
- Response Due
- 6/22/2012
- Archive Date
- 7/22/2012
- Point of Contact
- William (Tony) Tanksley
- E-Mail Address
-
3-4546<br
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. Network Contracting Office (NCO) 21 is in the process of determining the acquisition strategy for providing repairs of emergency electrical power distribution equipment for the Department of Veterans Affairs Palo Alto Health Care System (VAPAHCS) located in Palo Alto, CA. Equipment is located in: Palo Alto, CA, Menlo Park, CA, Monterey, CA, and Livermore, CA. This requirement is being set aside for Service Disabled Veteran Owned Small Businesses (SDVOSB). Please note that this notice is for requesting information only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all SDVOSB vendors who believe they can meet the requirements are invited to submit, in writing, information describing their capability to provide the services included in this document. OVERVIEW: Work items, definitions, and references shall comply with the latest edition of the NETA- Maintenance Testing Specifications. Contractor shall provide all tools, equipment, labor, supervision, and transportation to perform all repairs of all included emergency generators (approximately 24 generators) per the NFPA 70 and NFPA 110 standards. After repairs are performed, the Contractor shall test the affected systems for quality assurance. All work and testing shall be performed at VA specified dates and times. Any alteration of dates and times is prohibited without prior written approval from the Contracting Officer's Representative (COR) or designee. Contractor shall also be responsible for topping off and/or adding oil and coolant as needed. All testing procedures shall be performed in conformance to the NFPA 70, NFPA 110, Joint Commission, and all other VA standards and specifications. All generators will be load bank after repairs have been completed and accepted by the COR or designee. The load bank will be as follows: ½ hours at 50% and 1 ½ hours at 75% of name plate rating and reading will be measure every 15 minutes. COR or designee will review load bank form before proceeding test. Load banks will be witness by COR or designee. All generator safeties that are replaced or repaired shall be tested and witness by COR or designee. The government has the right to add or delete generators as it deems necessary. Contractor shall be responsible for the proper disposal of all hazardous waste. Contractor shall not store hazardous material for longer than three days on site, provide proper containment, and provide emergency call back numbers. Contractor shall provide daily reports, service reports per generator as per NFPA 70 and 110, and conduct weekly progress meeting with COR. Contractor shall commence work not later than five (5) days after receipt of contract. The VA's expectation is for all work to be completed within six months after award of contract. Please include the following information about your organization in your response: (1) Name of Organization, (2) Address + Zip Code, (3) Telephone Number, (4) Fax Number, (5) Size of Business: Large or Small, (6) Status of Business: Small Business Administration (SBA) 8(a) Business Development Program Concern, Historically Underutilized Business (HUB) Zone Concern, Small Disadvantaged Business Concern, Veteran-Owned Small Business Concern, Service-Disabled Veteran-Owned Small Business Concern, Minority Owned Business Concern, and/or Women-Owned Small Business Concern, (7) CCR status, (8) Business Points of Contact, (9) E-mail address, (10) number of years in business. Organizations responding to this notice should provide the company's capabilities to perform this requirement. The NAICS code is 811310. The Small Business Size Standard is $7.0 million. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the VA as to open the requirement to competition, based on the response to this notice. All responses may be submitted via e-mail to William Tanksley at william.tanksley2@va.gov. Responses to this RFI are due by 2:00 PM PST on June 21, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26112Q0583/listing.html)
- Document(s)
- Attachment
- File Name: VA261-12-Q-0583 VA261-12-Q-0583.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=374098&FileName=VA261-12-Q-0583-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=374098&FileName=VA261-12-Q-0583-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-12-Q-0583 VA261-12-Q-0583.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=374098&FileName=VA261-12-Q-0583-000.docx)
- Record
- SN02778244-W 20120620/120618234456-ae8d732bc6466003dfaf8c7d00bf92f7 (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 |