DOCUMENT
J -- Maintenance/service to chillers/cooling towers - Attachment
- Notice Date
- 1/15/2016
- Notice Type
- Attachment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;VAMC Bedford;200 Springs Road;Bedford MA 01730
- ZIP Code
- 01730
- Solicitation Number
- VA24116Q0179
- Response Due
- 1/29/2016
- Archive Date
- 2/13/2016
- Point of Contact
- Harold Nice
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA241-16-Q-0179 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) This requirement is being issued as a SDVOSB set-aside. The associated NAICS code is 238210 and small business size standard is $15 million. (v) The Government intends to award a firm-fixed price award for a contractor to supply all labor and materials to provide Preventive Maintenance to the Chiller Plants and controls IAW the Performance Work Statement at the Jamaica Plain VAMC, 150 South Huntington Ave, Boston Ma 02130. The order will have a period of performance of Date of Government Award-02/15/2016. Please see the attached Performance Work Statement for the full scope and deliverables. Final pricing shall include all charges necessary to provide the Preventive Maintenance in accordance with the Performance Work Statement. Site Visit: There will be a formal site visit Upon Request NLT 2 day after posting. Please meet at a location TBD. Jamaica Plain VAMC - Preventive Maintenance to the Chiller Plants and controls - POP: Date of Gov. Award-02/15/2016 CLINItem DescriptionUnitUnit Price MonthTotal Price Year 0001Monthly Service for 300 Ton ChillerMO 0002Monthly Service for 600 Ton ChillerMO 0003Monthly Service for Bldg. 9 ChillerMO 0004Monthly Service for Bldg. 2 ChillerMO 0005Monthly Service for Cooling Tower - BACMO 0006Monthly Service for Cooling Tower - MarleyMO 0007Monthly Service for Bldg. 1 AMO 0008Weekend Services and Off Hours (Hourly Rate = Fixed Cost) contingent upon requestHR 0009Emergency Services (Hourly Rate = Fixed Cost) Estimated and contingent upon requestHR (vi) The Contractor shall provide all resources necessary to provide Preventive Maintenance and Emergency services as stated in Section (v), to the locations stated in Section 4.0 of the Performance Work Statement. (vii) The Place of Performance is listed in Section 4.0 of the Performance Work Statement. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda's to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015); 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014); (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. This requirement will be acquired through a commercial acquisition process utilizing FAR 12 in conjunction with FAR 13. This is a competitive Request for Quote (RFQ). The best value to the Government will be determined using the Lowest Price Technically Acceptable (LPTA) evaluation process in accordance with the requirements of the Performance Work Statement. An Award will be made on the basis of the lowest price quote meeting or exceeding the acceptability standards for non-cost factors. The Government will rank price quotes from lowest to highest. If the lowest priced offer receives an "Technically Acceptable" Technical rating, then the evaluation process concludes and the Government will make preparations for contract award. If the lowest priced quote is not rated "Technically Acceptable", then the evaluation process continues until a technically acceptable quote is determined. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Price (Follow these instructions): a.Please complete the Price Schedule located in Section (v) of this solicitation, with offerors proposed contract line item prices inserted in appropriate spaces. Please feel free to detail/itemize the pricing or add additional line items, if applicable. b.Solicitation Clauses "Offeror Representation and Certifications -Commercial Items", completed by offeror. Or an SAM Reps and Certs print out may be submitted (https://www.sam.gov). 2.Past Performance: a.Provide (3) references of work, similar in scope, that include experience in working in patient care areas, with contact information, brief description of the work completed, and contract # (if relevant). References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement. References can be attached to price proposal specified in item #1 above. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. 3.Technical: a.Please provide your estimated lead time to start this project. b.Please provide your estimated completion time for this project c.Please provide certification/licensing documentation of the individuals working on this project. d.Contractor shall state and/or demonstrate their ability to meet all requirements and deliverables stated in this solicitation and Performance Work Statement. Any additional information to further identify how the company is experienced and capable of performing the requested work is welcome. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda's to the clause: 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015), 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009), 852.232-72 Electronic Submission of Payment Requests (NOV 2012), 852.237-70 Contractor Responsibilities (APR 1984). (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-17, 52.222-42 (Wage Determination Applicable (Brockton - Plymouth County - WD 2005-2259 Rev 17) (Jamaica Plain - Suffolk County - WD 2005-2255 Rev 18)). (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ responses are due 01/29/2015 at 12:00 PM EST. RFQ responses must be submitted via email to: Harold.Nice@va.gov. Hand deliveries will not be accepted. (xvi) The POC of this solicitation is Harold Nice (Harold.Nice@va.gov). ? Performance Work Statement Chiller Plant and Controls Preventive Maintenance I. General The Contractor shall provide all supervision, personnel, material, parts, equipment, supplies, labor and transportation for the servicing of the chiller system at the Boston VAMC. II. Scope Preventive maintenance is required on the chiller systems and cooling towers as listed in Attachment A and located at the Department of Veterans Affairs Medical Center, 150 South Huntington Ave, Jamaica Plain, MA 02130 in accordance with all terms and conditions of this contract. III. DEFINITIONS/ACRONYMS A. Contract Discrepancy Report (CDR): A report that the Government shall complete and issue to the Contractor when service is unsatisfactory and not in compliance with the terms and conditions of the contract. The Contractor is required to complete and return this form to the COR whenever performance is unsatisfactory. The CDR requires the Contractor to explain, in writing, the cause of the unsatisfactory performance, how performance will be returned to acceptable standards, and how reoccurrence of the problem will be prevented in the future. B. Contracting Officer (CO):The individual with the authority to enter into, administer, and/or terminate contracts. The CO is the exclusive Government official authorized to execute changes and deviations or variations in the contract. C.Contracting Officer's Representative (COR): A Government representative, designated in writing by the Contracting Officer, to be responsible for quality assurance, inspection, surveillance, documentation and acceptance of the Contractor's performance. A copy of the letter of designation will be provided to the Contractor. D.Preventive Maintenance (PM): Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. To clean, lubricate, calibrate, test and replace faulty or worn parts and/or parts which are likely to become faulty, fail or become worn, repair or adjust components, or assemblies of components as necessitated by wear, tear, damage, or failure of parts, returning the equipment and/or instrument to the operating condition defined in the manufacturer's specifications. E. Repair Cost Estimate: The Contractors estimated cost (for parts, labor and freight) to repair a system according to manufactures' specifications and requirements. F. Time: When hours are given it shall mean clock hours exclusive of Saturdays, Sundays and Holidays unless otherwise specified (i.e., 1:00 P.M. Monday to 1:00 P.M. Tuesday equals 24 hours; 12:00 P.M. Friday to 12:00 P.M. Monday equals 24 hours). If days are indicated it shall mean calendar days including Saturdays, Sundays and Holidays. G.Rework. Any work the Contractor is required to accomplish due to unsatisfactory performance or nonperformance in accordance with the stated quality and level of effort specified in the contract. Rework is performed at no additional cost to the Government. H. ESR. Vendor Engineering Service Report. A documentation of services rendered for each incidence of work performance under the terms and conditions of the contract. I. Acronyms. Commonly used acronyms are listed below FSE:Field Service Engineer AQL: Acceptable Quality Level IAW:In Accordance With QA: Quality Assurance QC:Quality Control WS:Performance Work Statement VA:VA Medical Center CO:Contracting Officer COR:Contracting Officer's Representative FES:Facilities and Engineering Service IV. PREVENTIVE MAINTENANCE REQUIREMENTS A.Within 14 calendar days of Notice to Proceed, the vendor will submit to the COR a written schedule of the planned PM visits for the coming year along with a written description of the work to be performed during each visit. Refer to paragraph IV.B. below for schedule and inspection requirements. V. EQUIPMENT See Attachment A. The following is the scope of services to be performed on Covered Equipment. Detailed descriptions of these services are provided in Attachment C, Equipment Maintenance Procedures. Items marked with an "X" are included in this contract. Services IncludedCooling Seasonal ServiceServices IncludedHeating Seasonal Service XSeasonal Start-upSeasonal Start-up XOperating Inspections Qty _3__Operating Inspections Qty ___ XSystem Shutdown System Shutdown XAnnual Seasonal MaintenanceAnnual Seasonal Maintenance Services IncludedLabor and Materials for Covered Equipment XScheduled Maintenance Labor XScheduled Maintenance Parts and Materials XRepair Labor: Repairs will be performed on covered equipment during regular business hours - Select Agreement XRepair Parts and Materials - Select Agreement XOvertime Repair Labor for Emergency Failures (outside regular business hours) XRefrigerant Monitor Inspection. Testing and Calibration once per year Refrigerant Replacement 0% of Charge per unit per year XRefrigerant Usage Reporting Other Services IncludedPredictive Testing and Analysis for Covered Equipment Chiller(s) Only XSpectrographic Oil Analysis - Trending oil analysis provides insight into potential system problems XRefrigerant Analysis - Provides early warning of internal failure XKestrelView Analysis or equal- Requires laptop and software XOil Removal and Disposal by contractor in accordance with EPA Guidelines Services IncludedAdditional Services XAir Cooled Condenser Coil Cleaning once per year XClean Cooling Tower(s) once per year XCondenser Tube Cleaning once per year XStarter Maintenance ?600 volt 480 volt starter XWaste oil removal and proper disposal ? Equipment Maintenance Procedures: CENTRIFUGAL CHILLERS (Low Pressure Units) COMPREHENSIVE ANNUAL INSPECTION SERVICE CTV-512 "Report in with the COR and sign log with name, date and time. "Record and report abnormal conditions, measurements taken, etc. "Review customer logs with the customer for operational problems and trends. General Assembly "Inspect for leaks and report leak check results to the customer. "Repair minor leaks as required (e.g. valve packing, flare nuts). "Calculate refrigerant loss rate and report to COR. "Replace the filter / drier on the motor cooling line, in accordance with mfg specifications. "Test the security of mounting points; tighten all major points. Controls and Safeties "Inspect control panel for cleanliness. "Inspect wiring and connections for tightness and signs of overheating and discoloration. "Verify the working condition of all indicator/alarm lights. "Verify the operation of all timing devices. "Verify the operation of the oil temperature thermostat. Calibrate and record setting. "Verify the operation of the low oil temperature safety device. Calibrate and record setting. "Test the high discharge pressure safety device. Calibrate and record setting. "Test the high suction temperature switch. Calibrate and record setting. "Test the high discharge temperature safety device. Calibrate and record setting. "Test the low suction pressure safety device. Calibrate and record setting. "Test the low pressure override switch. Calibrate and record setting. "Test the low leaving water temperature control device. Calibrate and record setting. Lubrication System "Pull oil sample for spectroscopic analysis. "Test oil for acid content and discoloration. Make recommendations to the COR based on the results of the test. "Inspect oil pump motor terminals for tightness and signs of overheating and discoloration. "Measure and record oil pump motor voltage and amperage. "Verify the operation of the oil heater. Measure amps and compare reading with the watt rating of the heater. Motor and Starter "Clean the starter and cabinet. "Inspect the wires and starter components for tightness and signs of overheating and discoloration. "Verify the operation of the transition/system timer. "Check the condition of the contacts for wear and pitting. "Check the contactors for free and smooth operation. "Check the mechanical linkages for wear, security, and clearances. "Verify the operation of the electrical interlocks. "Check the dash pots oil for level, rust, and/or moisture. "Meg the motor and record readings. "Check the motor terminals for cracks and/or leaks. "Measure voltage and record reading. Voltage should be nominal voltage ±10%. STARTUP / CHECKOUT PROCEDURE CTV-520 "Verify the operation of the oil heater and that the oil temperature is at least 110 °F before starting the chiller. "Verify full water systems, including the cooling tower, the condenser and the evaporator. "Verify clean cooling tower and strainers. "Start the condenser water pump, chilled water pump, and cooling tower fan(s). "Verify flow rates through the condenser and the evaporator. "Test all flow-proving devices on the chilled water and condenser water circuits. "Start the chiller. "Verify the starter operation. "Verify the operation of all timing devices. "Check the load limit relay for set point, hunting, and unloading capability. "Check the mechanical limits on both vane arms. Verify smooth movement of vane arms. "Check the set point and sensitivity of the chilled water temperature control device. Verify the operation. "Verify the operation of the condenser water temperature control device. "Verify the motor cooling operation. "Shut down the chiller. "Check the oil and refrigerant levels. (If the refrigerant charge needs correction, the refrigerant, and the labor to install it, are not included.) "Re-start chiller and log the operating conditions after the system has stabilized. "Review operating procedures with operating personnel. "Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected. MID-SEASON RUNNING INSPECTION CTV-530 "Check the general operation of the unit. "Log the operating temperatures, pressures, voltages, and amperages. "Check the operation of the purge unit. "Check the operation of the control circuit. "Check the operation of the lubrication system. "Check the operation of the motor and starter. "Analyze the recorded data. Compare the data to the original design conditions. "Review operating procedures with COR. "Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected. SEASONAL SHUT-DOWN PROCEDURE CTV-550 "Check the general operation of the unit. "Shut down the chiller, pumps and auxiliary equipment. "Drain the condenser and chilled water piping. "Turn off equipment power as necessary. "Review operating procedures with COR. "Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected. CONDENSER CLEANING CDS-210 WATER-COOLED CONDENSERS BRUSH TUBES (600 Tubes/Day) "Pull easy end head. "Brush tubes as necessary. NOTE: The term "easy end head" refers to the head which has no piping attached to it. In the case of 1-pass or 3-pass vessels, there will be no easy end head, and extra time must be allotted to the job for the removal of the piping. An exception to this would be the unit's having marine boxes. LUBRICATION SYSTEMS CHANGE OIL AND FILTER OIL PRG-130 "Change the oil and filter, using factory-recommended oil and filter. COOLING TOWERS COMPREHENSIVE ANNUAL INSPECTION CLT-210 "Report in with the COR. "Record and report abnormal conditions, measurements taken, etc. "Review customer logs with the customer for operational problems and trends. General Assembly "STRUCTURE oDisassemble all screens and access panels for inspection. oInspect the conditions of the slats. oInspect the condition of the tower fill. oInspect the condition of the support structure. oInspect the condition of the basins (upper and lower) and/or spray nozzles. oVerify clean basins and strainer(s). oVerify the condition and operation of the basin fill valve system. "MECHANICAL oInspect gear box for leaks. oInspect drive and coupling for condition and security oInspect fan assembly for condition, security, and clearances (e.g. blade tip clearance). Lubrication "Lubricate motor bearings. "Check gear box oil level. Motor and Starter "Clean the starter and cabinet. "Inspect wiring and connections for tightness and signs of overheating and discoloration. "Check condition of the contacts for wear and pitting. "Check contactor(s) for free and smooth operation. "Meg the motor and record reading. "Check disconnect terminal block for wear, tightness and signs of overheating and discoloration. "Check the condition and operation of the basin heater contactor(s). STARTUP / CHECKOUT PROCEDURE CLT-220 "Fill the basin and verify float level. "Verify the operation of the basin heaters. "Verify the operation, set point, and sensitivity of the basin heater temperature control device. "Start the condenser water pumps. "Verify the balance of the return water through the distribution boxes. "Verify proper operation of the bypass valve(s), if applicable. "Operate the fan(s) and verify smooth operation. "Log operation after the system has stabilized. "Review operating procedures with COR. "Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected. MID-SEASON RUNNING INSPECTION CLT-230 "Check the general condition of the tower. "Verify clean basins and strainers (upper and lower) and/or spray nozzles. "Verify proper water level in the basin. "Verify proper operation of the water level control device. "Verify smooth operation of the fan(s). "Verify proper operation of the bypass valve(s). "Review operating procedures with COR. "Provide a written report of completed work, operating log, and indicate uncorrected deficiencies detected. CENTRIFUGAL CHILLERS W-C COMPREHENSIVE ANNUAL INSPECTION SERVICE ELECTRONIC CTV-210 "Report in with the Customer Representative. "Record and report abnormal conditions, measurements taken, etc. "Review customer logs with customer for operational problems and trends. General Assembly "Check and record refrigerant level. "Inspect for leaks and report leak results. oThe refrigerant should be correct before starting the leak check. To prevent unnecessary venting of refrigerant, EPA-recommended methods (e.g. hot water and/or electric blankets) must be used to pressurize the vessels. oIn order to use EPA-recommended methods, certain conditions must be met: "The isolation valves on the chilled water and condenser water lines must shut off the circulation completely. "The temperature of the equipment room should be 70 °F or higher. "Access connections to the condenser water and chilled water circuits must be provided (customer's responsibility). "If these conditions cannot be met, the refrigerant must be removed and the vessel pressurized, using dry nitrogen and a trace gas. This additional procedure is outside the scope of this agreement. "Calculate refrigerant loss and report to the COR. "Repair minor leaks as required (e.g., valve packing, flare nuts). "Visually inspect condenser tubes for cleanliness. "Check vanes for free and smooth operation. "Check mechanical linkages for wear. Purge "Check purge unit controls for proper operation. "Check and clean purge drum as required. "Clean the condenser coil. "Clean strainers or replace filters as required. "Check the purge compressor assembly for leaks as required. "Check the purge unit for proper operation. Controls and Safeties "Verify all settings in the electronic control panel. "Inspect the control panel for cleanliness. "Inspect wiring and connections for tightness and signs for overheating and discoloration. "Verify the operation of the vane control system: "Verify the working condition of all indicator/alarm lights and LED/LCD displays. "Verify the operation of the oil sump temperature control device. "Test high condenser pressure safety device. Calibrate and record setting. "Test low evaporator temperature safety device. Calibrate and record setting. "Test low oil pressure safety device. Calibrate and record setting. "Test high motor temperature safety device. Calibrate and record. "Test operation of chilled water pump and condenser water pump starter auxiliary contacts. Lubrication System "Pull oil sample for spectroscopic analysis. "Check oil for acid content and discoloration. Make recommendations to the customer based on the results of the test. "Measure and record the oil pump voltage and amperage. "Verify the operation of the oil heater. Measure amps and compare readings with the watt rating of the heater. "Change the oil filter. "Verify the oil level. Motor and Starter "Clean the starter and cabinet. "Inspect wiring and connections for tightness and signs of overheating and discoloration. "Check condition of the contacts for wear and pitting. "Check contactors for free and smooth operation. "Check the mechanical linkages for wear, security, and clearances. "Check tightness of the motor terminal connections. "Meg the motor and record reading. "Verify the operation of the electrical interlocks. STARTUP / CHECKOUT PROCEDURE CTV-220 "Verify the operation of the oil heater and that the oil temperature is at least 110 °F before starting the chiller. "Verify full water systems, including the cooling tower, condenser and evaporator. "Verify clean cooling tower and strainers. "Start the condenser water pump, chilled water pump, and cooling tower fan(s). "Test all flow-proving devices on the chilled water and condenser water circuits "Verify the flow rates through the condenser and the evaporator. "Start the chiller. "Verify the operation of all timing devices. "Verify the operation of the current control device. "Check the set point and sensitivity of the chilled water temperature control device. Verify the operation. "Verify the operation of the condenser water temperature control device. "Check the mechanical limits of both vane arms. Verify smooth movement of vane arms through the full range of operation. "Check the starter operation. "Verify the motor cooling operation. "Check the purge operation. "Shut down the chiller. "Check the oil and refrigerant levels. "Re-start the chiller and log the operating conditions after the system has stabilized. "Review operating procedures with the operating personnel. "Provide a written report of completed work, operating log, and indicate any deficiencies detected. MID-SEASON RUNNING INSPECTION CTV-230 "Check the general operation of the unit. "Log the operating temperatures, pressures, voltages, and amperages. "Check the operation of the purge unit. "Check the operation of the control circuit. "Check the operation of the lubrication system. "Check the operation of the motor and starter. "Analyze the recorded data. Compare the data to the original design conditions. "Review operating procedures with operating personnel. "Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected. SEASONAL SHUT-DOWN PROCEDURE CTV-250 "Check the general operation of the unit. "Shut down the chiller, pumps, and auxiliary equipment. "Drain the condenser and chilled water piping as required. "Turn off equipment power as necessary. "Review operating procedures with operating personnel. "Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected. Air-Cooled Rotary Chillers ACR-1 "Review operation logs with COR for any problems and trends. "Check and record refrigerant level. "Inspect for leaks, conduct leak check using EPA-recommended methods, and report leak results. "Calculate refrigerant loss. "Repair all minor leaks as required such as valve packing, flare nuts, etc. "Visually inspect condenser coil for cleanliness. "Check the condenser fans for clearances and free operation. "Check tightness of condenser fan motor mounting brackets. "Check the set screws on the fan shafts. "Verify the performance of the fan control inverter VFD. "Grease fan bearings as required. "Annually, clean the condenser coil. "Verify all settings in the electronic control panel. "Inspect the control panel for cleanliness. "Inspect controls and safety wiring and connections for tightness and signs of overheating and discoloration. "Verify the working condition of all indicator/alarm lights and LED/LCD displays. Replace lights as required. "Test the oil pressure safety device. Calibrate and record setting. "Test high motor temperature safety device. Calibrate and record setting. "Test operation of chilled water pump and condenser water pump starter auxiliary contacts. "Pull one oil sample per year for spectroscopic analysis. "Annually, check oil for acid content and discoloration. Provide recommendations for necessary corrective measures based on the test results. "Verify the operation of the oil heaters. Measure amps and compare readings with the wattage rating of the heaters. "Clean the starter cabinet and starter components. "Start the unit if not already in operation. "Inspect motor and starter wiring and connections for tightness and signs of overheating and discoloration. "Check condition of contacts for wear and pitting. "Check contactors for free and smooth operation. "Check the mechanical linkages for wear, security, and clearances. "Check tightness of the motor terminal connections. "Annually, meg the motor and record reading. "Verify the operation of the electrical interlocks. "Measure and record voltages. "Provide function test-loss of normal operation and automatic emergency start up "Once per year, pull a refrigerant sample for spectrographic analysis for contaminants. a.Additionally Performed During Mid-Season PM w/Equipment Running (Schedule during July) "Check the general operation of the unit. "Log the operating temperatures, pressures, voltages, and amperages. "Check the operation of the control circuit. "Check the operation of the lubrication system. "Check the operation of the motor and starter. "Analyze the recorded data and compare to the original design conditions for the equipment. "Review operating procedures with COR and VA staff. ? PURGE SYSTEMS PURIFIER PURGE PRG-130 "Clean the condenser on the purge refrigeration unit. "Check purge unit controls for proper operation. "Check and clean purge drum. "Clean strainers or replace filters. "Check purge compressor assembly for leaks. "Check the purge unit for proper operation. CONDENSER CLEANING WATER-COOLED CONDENSERS BRUSH TUBES (600 Tubes/Day) CDS-210 "Pull easy end head. "Brush tubes as necessary. NOTE: The term "easy end head" refers to the head which has no piping attached to it. In the case of 1-pass or 3-pass vessels, there will be no easy end head, and extra time must be allotted to the job for the removal of the piping. An exception to this would be the unit's having marine boxes. LUBRICATION SYSTEMS L-130CHANGE OIL AND FILTER OIL "Change the oil and filter, using factory-recommended oil and filter. REFRIGERANT MONITORS ANNUAL MAINTENANCE INSPECTION MSC-320 "Report in with the COR. "Record and report abnormal conditions. "Check chassis mounting in enclosure. "Check operation of Clear Language Display. "Replace sampling filter element /elements at sensing points. "Provide Zero and Span calibration to accuracy within 1 PPM. "Visually check photo-acoustic sensing device. "Check periodic re-zeroing. COOLING TOWERS COMPREHENSIVE ANNUAL INSPECTION CLT-210 "Report in with the COR. "Record and report abnormal conditions, measurements taken, etc. "Review customer logs with the customer for operational problems and trends. General Assembly "STRUCTURE oDisassemble all screens and access panels for inspection. oInspect the conditions of the slats, if applicable. oInspect the condition of the tower fill. oInspect the condition of the support structure. oInspect the condition of the basins (upper and lower) and/or spray nozzles. oVerify clean basins and strainer(s). oVerify the condition and operation of the basin fill valve system. "MECHANICAL oInspect gear box for leaks. oInspect drive and coupling for condition and security oInspect fan assembly for condition, security, and clearances (e.g. blade tip clearance). Lubrication "Lubricate motor bearings. "Check gear box oil level. Motor and Starter "Clean the starter and cabinet. "Inspect wiring and connections for tightness and signs of overheating and discoloration. "Check condition of the contacts for wear and pitting. "Check contactor(s) for free and smooth operation. "Meg the motor and record reading. "Check disconnect terminal block for wear, tightness and signs of overheating and discoloration. "Check the condition and operation of the basin heater contactor(s). ? STARTUP / CHECKOUT PROCEDURE CLT-220 "Fill the basin and verify float level. "Verify the operation of the basin heaters. "Verify the operation, set point, and sensitivity of the basin heater temperature control device. "Start the condenser water pumps. "Verify the balance of the return water through the distribution boxes. "Verify proper operation of the bypass valve(s), if applicable. "Operate the fan(s) and verify smooth operation. "Log operation after the system has stabilized. "Review operating procedures with COR. "Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected. MID-SEASON RUNNING INSPECTION CLT-230 "Check the general condition of the tower. "Verify clean basins and strainers (upper and lower) and/or spray nozzles. "Verify proper water level in the basin. "Verify proper operation of the water level control device. "Verify smooth operation of the fan(s). "Verify proper operation of the bypass valve(s). B.Each inspection will be provided in accordance with the system/equipment manufacturers factory recommended procedures. Each inspection shall, at a minimum, include the following as specified for the equipment make, type, and time of seasonal operation. Any additional parts not identified in this document will not be covered by this contract. The vendor will obtain prior approval from the COR prior to performing any additional repair work and the additional work will be billed separately. C.For each PM inspection, the contractor will provide a detailed written report to the COR that summarizes work performed, problems/deficiencies found, and measurements taken. This report will be submitted within 10 calendar days of the date of PM inspection. D.All work will be performed between the hours of 7:30 a.m. and 4:00 p.m. on the prearranged dates. E. All inspection work must be coordinated through the COR who is: Mr. Dan Willis M&O Supervisor Engineering Service 150 South Huntington Ave Jamaica Plain, Massachusetts 02130 Telephone: (857) 364-5412 F.The alternate COR is: Mr. John Cullen Engineer Manager Engineering Service 150 South Huntington Ave Jamaica Plain, Massachusetts 02130 Telephone: (857) 364-4681 ? IV.EMERGENCY SERVICE For Emergency repair service the contractor will provide a preferred customer response to emergency repair calls that includes labor and parts costs to be billed in accordance with schedule pricing.. VI. CONTRACTOR PERSONNEL A. Personnel Experience. All work shall be performed by competent mechanics, experienced and qualified to work on the specific makes and models of equipment listed in this contract. The Contractor shall submit to and for the approval of the Contracting Officer, certification and a list of credentials of the approved mechanics. Personnel shall have a minimum of three (3) years recent experience related to this work. The contractor must provide a list of three (3) reference contacts that have been provided service on similar or identical equipment. The contractor must provide authenticated factory training certificates or credentials (or acceptable substitute as approved by the COR) for any personnel who are working on any VA equipment. The VA specifically reserves the right to reject any of the contractor's personnel and refuse them permission to work on VA equipment. B. Conduct of Personnel. The Contractor shall ensure that his personnel present a professional appearance at all times and that their conduct shall not reflect discredit upon this facility or the Department of Veterans Affairs. The Contractor shall remove from the job site any employee for reasons of misconduct or security. The removal from the job site of such a person shall not relieve the Contractor of the requirement to provide sufficient personnel to perform adequate and timely service. All employees shall be legal residents of the United States and be able to understand, speak, read and write the English language. C. Identification of Employees. : The Contractor shall within 10 calendar days before beginning performance of work provide the Contracting Officer a list of all employees who will perform under this contract. The list shall include the full name, and work assignment of each employee. The Contractor shall notify the Contracting Officer in writing of any addition, deletion or change in work assignment within 10 days of such change. Each of the Contractor's employees shall be subject to back ground investigation as part of the badge process. VA badge shall be conspicuously displayed on their person. Badge shall be provided by the VA Jamaica Plain PIV Office. VII. HOURS OF OPERATION A. Normal Duty Hours. The Contractor shall have employees available Monday through Friday, except legal public holidays at the times specified to perform routine work and inspections. B. Federal Holidays. Federal Holidays observed by the VA are: New Year's Day; Martin Luther King Day; President's Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day; and Christmas. ? VIII. CONTRACTOR QUALITY CONTROL The Contractor shall establish and maintain a Quality Control Program that ensures that all requirements of the contract are provided as specified. IX. INSPECTION AND ACCEPTANCE A. Final inspection and acceptance by the Government shall be made at the site of each system. However, final inspection and acceptance do not preclude the Government's right to inspect completed work prior to shipment from the Contractor's shop nor does it waive any rights of the Government. B. Unsatisfactory service will be reported in writing by the VA CO to the Contractor. C. Telephone Answering Service: The Contractor shall maintain, at his own expense, a dedicated (tie-line) toll-free telephone answering service for the exclusive use in the performance of this contract. This answering service shall be monitored during normal work hours as identified in the specifications. X. REMOVAL AND/OR DISPOSAL A. Removing Government-Owned Material: All property removed remains the property of the U.S. Government and shall be returned by the Contractor to a place of storage as designated by the CO or COR. B. Salvage: Items received by the Contractor that are non-repairable because of condition, or declared unfit for economical rehabilitation by the Contractor, shall be returned to the Government. All salvage remaining in the Contractor's shop shall remain Government property and may be used for repair of any Government-owned equipment when released by the CO. The Contractor shall be required to maintain an account record of inventory upon completion of the maintenance contract. C. Inventories shall not be disposed of by the Contractor without inspection and written approval of the CO. Salvaged parts used in the repair of any government owned equipment shall be treated by the Contractor as Government furnished material and reflected as same on Contractor's invoices when submitted for payment. All salvage in the possession of the Contractor, upon expiration of the contract, will be returned to the Government within thirty (30) days after such expiration. XI. FIRE PREVENTION AND PROTECTION The Contractor shall fully acquaint himself and his personnel with the location of fire equipment before work, take all prudent measures to minimize fire hazards that result from work, complies with all ordering agency fire and safety regulations. XII. ENERGY CONSERVATION The Contractor is required to comply with all energy conservation regulations and instructions that are applicable to Government-owned facilities including but not limited to thermostat settings. XIII.CLEANING UP The Contractor shall clean up after work, leaving each area where work is performed, neat and clean. All containers, trash and debris for which he is responsible shall be removed. XIV.HAZARDOUS CONDITIONS During the course of performing work under this contract, should the Contractor find serious or hazardous conditions existing with or in any of the equipment the Contractor shall secure the equipment and immediately notify the COR. XV.CLEANLINESS The area immediately around the equipment provided for the Contractor's use shall be kept in a clean and orderly condition. Trash and waste material shall not be permitted to accumulate, but shall be removed by the Contractor's employees. XVI.SERVICE MANUALS The VA shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSEs all operational and technical documentation, (such as: operational and service manuals, schematics, and parts lists), which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request. XVII. INSURANCE A. Worker compensation and employer's liability. Contractor and any subcontractor covered under this contract are required to comply with applicable Federal and State Worker's Compensation and occupational disease statutes. B. General Liability. Contractor and any subcontractor covered under this contract are required to have Bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. C. Property Damage Liability. Contractor and any subcontractor covered under this contract are to have Property Damage Liability insurance coverage of at least $500,000. D. Contractor shall provide proof of liability insurance within five (5) days after contract award. XVIII. SMOKING POLICY Smoking is prohibited inside all buildings and the on the grounds except in designated areas. XIX.BILLING AND PAYMENT A.Each invoice shall contain the documentation required by this contract. The invoices shall be itemized to contain the equipment's identifier. When parts are furnished by the Government, they shall be itemized on Contractor's invoice at no-cost and indicated as Government-furnished parts. B. Payment. Payment will be made 30 days in arrears upon receipt of properly prepared invoice. Invoice must contain the contract number and the purchase order number. XX. PRICING SUBMITTAL The annual pricing of the contract should be itemized by the bidders to reflect a cost per unit PM per equipment item covered by contract. XXI. VENDOR REQUIREMENTS 1.The contractor must employ mechanics and technicians that are trained in the applicable codes, standards, and manufacturer requirements for maintenance and repair of the Trane, York, Marly and Baltimore Air Coil equipment covered by this contract. 2.The contractor must have at least 5 years' experience satisfactorily performing such maintenance on comparable units, equipment, or systems. 3.The contractor must have access to OEM (original equipment manufacturer)-manufactured parts and materials required for performance of this work. 4.The contractor must have sufficient supplies, tools, and equipment to perform all requirements of this contract. --End - ATTACHMENT A EQUIPMENT COVERED BY THIS REQUIREMENT VA ID#MANUFACTURERITEM NAMEMODEL #SERIAL#SCHEDULELOCATION 137576TraneCentrifugal ChillerCVHF570110J04983CTV-210, CTV-230, CTV-250, CTV-220, CDS-210, PRG-130, MSC-320JP-B1A 137575MarleyCooling TowerAV67041GAV-10027292-A1CLT-210, CLT-230, CLT-220JP-B1A 63901YorkCentrifugal ChillerHGM300AA04AF0090CTV-210, CTV-230, CTV-250, CTV-220, CDS-210, PRG-130, MSC-320JP-1F-4PH 63902YorkCentrifugal ChillerHGM300CTV-210, CTV-230, CTV-250, CTV-220, CDS-210, PRG-130JP-1F-4PH 63982BACCooling Tower33294-2WX97411391CLT-210, CLT-230, CLT-220JP-1F-4PH Trane -BLDG 9Air-cooled chillerRTAA140GYF01A10ABFE494C21528ACR-1JP-B9 78959Trane -BLDG 2Air-cooled chillerCGAF254AEA1000DF0HJC01C44911ACR-1JP-B2 Trane-BLDG 1AAir-cooled chillerRTAC2004UNGNVAFNLIT4UO6H09269ACR-1JP-1A ? LOCATIONS SERVICES TO BE RENDERED: Jamaica Plain Campus 150 South Huntington Ave Boston, MA 02130
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BeVAMC518/BeVAMC518/VA24116Q0179/listing.html)
- Document(s)
- Attachment
- File Name: VA241-16-Q-0179 VA241-16-Q-0179.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2511522&FileName=VA241-16-Q-0179-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2511522&FileName=VA241-16-Q-0179-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA241-16-Q-0179 VA241-16-Q-0179.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2511522&FileName=VA241-16-Q-0179-000.docx)
- Place of Performance
- Address: Jamaica Plain VAMC;150 South Huntington Ave;Boston, Ma 02130
- Zip Code: 02130
- Zip Code: 02130
- Record
- SN03993361-W 20160117/160115233730-f849ead1843b233c6a19696649b0f39e (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 |