DOCUMENT
28 -- Emergency Generator - Attachment
- Notice Date
- 7/25/2016
- Notice Type
- Attachment
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of Veterans Affairs;West Haven VAMC;950 Campbell Avenue;West Haven CT 06516
- ZIP Code
- 06516
- Solicitation Number
- VA24116Q0548
- Response Due
- 7/29/2016
- Archive Date
- 8/28/2016
- Point of Contact
- Chantel Guest
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Department of Veterans Affairs, VISN 1, VA CT Healthcare System located at West Haven, CT is seeking a contractor to provide one 1 MW Trailer-Mounted Electric Power Generator. This is a combined synopsis/solicitation for commodities, a 1 MW Trailer-Mounted Electric Power Generator is required for the West Haven campus of the VA Connecticut Healthcare System which has the capacity to provide the required power on site and as needed in the event of a loss of primary power. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. (ii) The combined synopsis solicitation number is VA241-16-Q-0548. (iii) This combined synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular. (iv) The combine synopsis solicitation is set aside for SDVOSB. NAICS is 335312. Business size standard is 500 employees. (v) This combined synopsis solicitation is for the purchase of one MW Trailer-Mounted Electric Power Generator. See Item description and SOW below for more information. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT, UNIT PRICE AMOUNT. Salient Characteristics XQ1000 1 ONE USED CAPTERPILLAR MODEL XQ1000 TRAILER MOUNTED DIESEL FUELED GENERATOR SET, 2000 MODEL YEAR, SERIAL # BLM00219 HOURS 4,724 3508 ENGINE XQ1000 TIER 1 DUAL VOLTAGE 3 PH INCLUDES CERTIFICATION, 1 YEAR WARRANTY AND ONE MAINTENANCE VISIT AT THE ONE YEAR ANNIVERSARY. TO INCUDE RELATED ACCESSORIES. 1 EA I.SCOPE OF WORK 1.Provide one trailer-mounted, diesel-fueled, 1MW generator (a warranted pre-owned unit is acceptable). 2.For used generators, the maximum hours must be less than 7500 hours 3.Unit must be dual voltage, 3 phase 4.Also, supply and install the following related accessories and services: a.One (1) 1600 amp 42,000 AIC bottom fed switch board with a Kirk-type key lock b.One (1) 1600A docking station with NEMA 3R Enclosure directly behind switch c.One (1) 800A docking station with NEMA 3R Enclosure, Kirk-type key lock on the existing equipment as required (verify via site inspection prior to bid) d.One (1) 800A 300SE manual transfer switch with lockable NEMA 3R enclosure e.One (1) 1MW portable load bank with two (2) cable reels (loose) f.One (1) 1200 gallon portable fuel tank (loose) 5.Include certification, 1 year warranty and one maintenance visit at the one year anniversary. 6.Provide delivery of all equipment to West Haven VA. 7.Test with available building load (temporary cables & wiring by VA). 8.Provide training on proper operation and maintenance. II.APPLICABLE REQUIREMENTS Design and installation shall comply with the latest editions of all applicable VA requirements for emergency generators. Reference documents shall include, but not limited to: 1.National Electrical Code (NFPA 70) 2.Standard for Emergency and Standby Power Systems (NFPA 110) 3.Standard for Electrical Safety Requirements for Employee Workplaces (NFPA 70E) 4.Health Care Facilities Code (NFPA 99) 5.Life Safety Code (NFPA 101) 6.Occupational Safety and Health Administration (OSHA) 7.Underwriters Laboratories (UL) 8.National Electrical Manufacturer's Association (NEMA) 9.Institute of Electrical and Electronics Engineers (IEEE) III.MATERIAL TO BE PROVIDED TO THE ENGINEER BY THE VA If required, the VA shall provide the contractor with copies of As-Built site plans in AutoCAD (if available) or otherwise on hardcopy prints (if available). These drawings will be provided for reference purposes only. The Engineer shall be responsible for verifying all such plans for dimensional accuracy and other features and representations critical to the design prior to their use in production of final plans. IV.ADMINISTRATIVE PROCEDURES 1.After award of a Contract and issuance of the Notice to Proceed, the contractor will coordinate all site visits through the COR. 2.Completion time form notice to proceed should not be longer than 60 days unless approved in writing from the VA Contracting Officer. 3.All work shall be warranted for a period of one year, as specified under Warranty of Construction FAR clause 52.246-21, to be free of any defect in equipment, material, or design furnished, or workmanship performed by the Contractor or any subcontractor or supplier at any tier. 4.All contractor personnel, their sub-contractors and representatives visiting VA sites will be required to sign in upon arrival and sign out upon leaving in a log book which is kept in the Engineering Design and Development Section in Building 15. Each visiting individual will be required to enter their name, their company's name, VA project title, date, reason for the visit, and the times of arrival and departure. Additionally, all persons must be badged. Arrangements for after-normal-working-hour site visits must be made in advance and during normal working hours. (End Scope of Work) (vi) The equipment is to be delivered on or before August 15, 2016, at the expense of the offeror to West Haven VAMC, 950 Campbell Avenue, West Haven CT 06516-2770. (vii) Provisions 52.212-1 Instructions to Offerors- Commercial (JUL 2013) applies to this acquisition. Provisions included incorporated by reference are: 52.212-1 Instructions to Offerors, 52.212-3 Offeror Representations and Certifications. (viii) Provisions 52.212-2 Evaluation- Commercial Items (JAN 1999) applies to this acquisition. The best value method will be used. The following are the evaluation factors to be used: Price and Past Performance. 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, timeliness and other factors. (ix) It is advised that offerors include a completed copy of the provision at 52.213-3 Offeror Representation and Certification-Commercial Items, with its offer. Clauses and provisions included are: 52.202-1 Definitions, 52.203-3 Gratuities, 52.203-12 Limitations on payments to influence certain federal transactions, 52.204-7 System for award management, 852.203-70 Commercial Advertising, 852.215-70, SDVOSB and VOSB Evaluation Factors, 852.246-70 Guarantee, 852.246-71 Inspection, 852.232.72 Electronic Submission of Payment. (x) Clause 52.212-4 Contract.Terms and Conditions-Commercial Items applies to this acquisition. All offerors must either be accompanied by Representations and Certifications or the offeror must be currently registered in SAM. (xi) 52.212-5 Contract Terms and Conditions Required Implementing Statues or Executive Orders-Commercial Items applies to this acquisition. The following clauses are incorporated by reference: 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post award Small Business Program Representation, 52.222-3 Convict Labor, 52.219-27 SDVOSB Set Aside, 52.222-19 Child Labor, 52.222-50 Combating Trafficking of Persons. (xii) The RFQ response is due on July 29, 2016 at 1:00 PM EST by email to chantel.simmons@va.gov. Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/VA24116Q0548/listing.html)
- Document(s)
- Attachment
- File Name: VA241-16-Q-0548 VA241-16-Q-0548.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2896160&FileName=VA241-16-Q-0548-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2896160&FileName=VA241-16-Q-0548-000.docx
- 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: West Haven VAMC;950 Campbell Avenue;West Haven, CT
- Zip Code: 06519
- Record
- SN04195047-W 20160727/160726000148-23868b35c8caee60666474460266d050 (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 |