Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2014 FBO #4463
DOCUMENT

P -- Uninterrupted Power Preventative Maintenance-Reno - Attachment

Notice Date
2/10/2014
 
Notice Type
Attachment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V14R0249
 
Response Due
2/24/2014
 
Archive Date
5/25/2014
 
Point of Contact
C. Jean Olson
 
E-Mail Address
jean.olson2@va.gov
(jean.olson2@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: Notice Type: VA101V-14-R-0249 Combined Synopsis/Solicitation Synopsis This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information. The solicitation number is VA101V-14-R-0249 and will be issued as a Federal Supply Schedule Request for Proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-70. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 and the small business size standard is $7.00M.This requirement is a Small Business set-aside and only qualified offerors may submit bids. This solicitation opens as of this day, February 10, 2014, and closes February 28, 2014, at 4:30 p.m. Mountain Standard Time (MST). No offers will be accepted after this date and time. Anticipated result of the above cited solicitation will be a Firm-Fixed, five (5) year (base year with four option periods) contract. The Regional Office, Reno, Nevada, requires the following services that will meet or exceed the following: 2.0 Scope of Work: 2.1 The contractor shall provide preventative maintenance (PM) and repair services for the Government-owned precision cooling system located at the Department of Veterans Affairs, Regional Office, 5460 Reno Corporate Drive, Reno, Nevada 89511. 2.2 This service will include all parts, labor, materials, and other associated costs to complete mandated inspections/certifications. Contractor shall perform certification(s) as required in accordance with manufacturer, industry, statutory, and EPA requirements. This service may be performed separately or in conjunction with other services. 2.3 This contract does not include the supplying of operating supplies, consumables, refinishing (painting) the equipment, or furnishing materials for that purpose, or electrical reports external to the equipment. Contractor to furnish all items listed above as required. 3.0 Hours of Operation: 3.1 Normal work hours shall be between 7:30 a.m. to 4:30 p.mm. Monday through Friday, Mountain Standard Time. Overtime/emergency work hours are between 4:30 p.m. and 7:30 a.m. Monday through Friday and all day Saturday and Sunday, year-round. 3.2 No work is to be scheduled on Federal Holidays. Federal Holidays are listed below: New Year's DayMartin Luther King's BirthdayPresident's Day Memorial DayJuly 4thLabor Day Columbus DayVeterans DayThanksgiving Christmas Day *And any other day the President of the United States declares a National Holiday. 4.0 Contract Personnel: 4.1 All contract employees shall have a minimum three (3) years' experience in the field in which they will be performing services. The contractor shall provide, with their quote, certification documentation for proof of maintenance/technical proficiency and certification requirements to perform maintenance on all UPS systems listed. 4.2 If the servicing of or performance of maintenance will require the system to be certified or the task must be accomplished by the manufacturer, the contractor must notify the customer prior to performance of the service or maintenance. If the contractor cannot certify operation of the UPS or the maintenance requires the manufacturer to perform certification and or maintenance, the contractor shall be responsible for contacting the manufacturer or qualifying certifying technician. The contractor shall also be responsible for all coordination efforts to arrange certifying technician/manufacturer's representative arrival to the VBA. 5.0 Reports 5.1 The Contractor shall inform the COR of any original equipment manufacturer (OEM) updates and incorporate the mandated updates, ensuring compliance and performance to meet the most accurate product specifications. OEM updates shall be accomplished during certification visits. The Contractor shall inform the COR of any optional updates provided by the OEM and offer to provide these to the Government. The price for the updates will be negotiated at the time of offer by the Contracting Officer. 6.0 Description of Services: 6.1 Semi-annual preventative maintenance of all UPS units listed to ensure system is operating within contract specifications. Inspection service shall be scheduled with the COR during normal business hours as stated and at a time convenient to both the contractor and the Government. Inspection visits cannot be cancelled once scheduled without the express consent of the COR. 6.2 Contractor shall provide a service report each time an inspection/certification has been completed. The CONTRACT NUMBER and PURCHASE ORDER NUMBER must be included on the invoice in order for the invoice to be considered payable. Contractor shall use the approved Inspection Checklist for documenting testing service reports. LACK OF APPROVED SERVICE REPORT WILL RESULT IN NON-PAYMENT. 7.0 Semi-Annual Maintenance: 7.1 Maintenance visits shall be made available on a 5x8 or 7x24 basis providing flexible scheduling options. The inspections shall include comprehensive inspection of the Network Air Precision Computer Room Air Conditioning equipment to maximize critical load uptime by ensuring that the components are performing to defined technical and environmental specifications. Replacement of the return air filters and replacement humidifier cylinders shall be included with the service. 8.0 Perform Environmental Inspections to include: 8.1 Measure and record room temperature and humidity. 8.2 Check system for adequate cooling capacity to support the load and make recommendations as necessary. 8.3 Ensure the environment is within manufacturer-specified operating conditions and clearance. 8.4 Document any environmental noncompliance issues and recommend appropriate action as necessary. 9.0 Perform Maintenance Tasks to include: 9.2 Verify main/control voltages. 9.3 Check chilled water supply temperature if applicable. 9.4 Replace drive belts if applicable. 9.5 Visually inspect refrigerant level if applicable. 9.6 Visually inspect for refrigerant and/or chilled water leaks. 9.7 Visually inspect water/glycol condenser loop for leaks if applicable. 9.8 Verify proper condensate removal from unit. 9.9 Replace return air filters. 9.10 Check and lubricate bearings if applicable. 9.11 Clean dust and debris from unit. 9.12 Review alarm history and investigate logged alarms. 9.13 Confirm unit's ability to maintain temperature and humidity set-points. 9.14 Check motor mounts/pulleys/bearing set screws if applicable. 9.15 Check compressor operation if applicable. 9.16 Check operation of outdoor condenser/pump package if applicable. 9.17 Check and verify component amperages. 9.18 Verify unit modes of operation: cooling/reheat/humidification/dehumidification. 9.20 Verify operation of proportional chilled water actuator if applicable. 9.21 Check electrical connections. 9.22 Verify set points for outdoor heat exchanger and/or pump package if applicable. 9.23 Verify controller configuration and control set-points. 9.24 Verify operation of water regulation valves if applicable. 9.25 Check refrigeration pressure/temperature/settings if applicable. 9.26 Check glycol concentrations if applicable. 9.27 Check operation of group control. 9.28 Confirm cleanliness of evaporator and condenser. 10.0 On-sight Remedial Services: 10.1 Basic service shall cover on-site remedial repair visits as required with next business day service response. Upon situation review, contractor shall dispatch authorized personnel to the customer's location to arrive next business day. This service response offering shall include all parts, labor and travel. 11.0 On-sight Service Inspection: 11.1 Document status of the network AIR precision computer room air conditioning unit upon arrival to the site (i.e. verify alarms, loss of cooling). 11.2 View active alarms, event log and display for alarms/information. Download event logs from the network AIR precision computer room air conditioning unit. 11.3 Troubleshoot and repair the system as required (functional testing conducted after corrective action is taken). 11.4 Describe the defect/failure of the network AIR precision computer room air conditioning unit. 11.5 Describe the correction actions taken to resolve the defect/failure of the network AIR precision computer room air conditioning unit. 12.0 Documentation: 12.1 Document system condition and further service needs and provide documentation to the COR. 12.2 Make recommendations to government regarding cooling solution repair or enhancements, if required. 13.0 Inspection: 13.1 Contractor shall provide a proposed inspection sheet with the offer which clearly states services Contractor personnel will accomplish during all certification visits. Upon award, the inspection sheet shall be completed and sent to the (COR) along with any recommendations for system improvement. Completed inspection sheet(s) shall be provided to the COR upon completion of services. 13.2 The offeror shall provide a contact name and telephone number of the designated inspection scheduler with their offer. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Additional Information: Place of Performance: Contracting Office Address: Department of Veterans Affairs Department of Veterans AffairsRegional Office Regional Office5460 Reno Corporate Drive 550 Foothill DriveReno, NV Salt Lake City, UT 84158 Contracting Officer: C. Jean Olson 801-326-2321 Jean.olson2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAOAS/VADC/VA101V14R0249/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-14-R-0249 VA101V-14-R-0249_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1200288&FileName=VA101V-14-R-0249-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1200288&FileName=VA101V-14-R-0249-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03284927-W 20140212/140210234232-012a37cb1d5f0c2d575e8b2a0852d880 (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.