Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
DOCUMENT

J -- Generator and Load Bank Testing Service for Thomas E. Creek VA Health Care System - Attachment

Notice Date
9/10/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office NCO 17;NCO 17 Network Contracting Activity;124 E. HWY 67;Duncanville, TX 75137
 
ZIP Code
75137
 
Solicitation Number
36C25718U0044
 
Response Due
9/14/2018
 
Archive Date
10/14/2018
 
Point of Contact
Matthew G. Clements
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, small and other than small businesses, to perform a potential requirement. Respondents are required to be registered and in good standing in The System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 811219 and the size standard is 20.5M. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Project Requirements: Perform annual maintenance service and four-hour load bank test for the emergency generators at the Thomas E. Creek Hospital facility of the Amarillo VA Health Care System. See the Statement of Work for full details. Anticipated period of performance: Base plus four (4) one-year options. Base: October 1, 2018 - September 30, 2019 Option Year One: October 1, 2019 - September 30, 2020 Option Year Two: October 1, 2020 - September 30, 2021 Option Year Three: October 1, 2021 - September 30, 2022 Option Year Four: October 1, 2022 - September 30, 2023 Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide the services required in the Statement of work. The firm must include all certifications, qualifications, and training certificates to perform work on the outlined equipment. In addition, the firm must provide correspondence on company letterhead that states they are a vendor authorized to perform services. (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, small, etc.) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. (4) The respondent shall submit their InterNational Electrical Testing Association (NETA) certification as a NETA Certified Technician or equivalent, and their certification and training records indicating the completion of the Occupational Safety & Health Administration (OSHA) approved 10-hour construction safety training. Please e-mail your response with the above information to Matthew.clements2@va.gov with the subject line "Sources Sought, 36C25718U0044, Generator and Load Bank Testing Service/your company name" by 9:00 A.M. CST on September 14, 2018. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). STATEMENT OF WORK PROJECT DESCRIPTION: Perform annual maintenance service and four-hour load bank test for the emergency generators at the Thomas E. Creek Hospital facility of the Amarillo VA Health Care System. This service contract will be for base year plus four option years. GENERAL I. BACKGROUND A. The Amarillo VA Health Care System s Thomas E. Creek hospital located in Amarillo, Texas requires annual maintenance service and load bank test for the four main generators that provide backup power to the Medical Center. B. This contract is generated to comply with VA Directive 2006-056. C. The Contractor is subject to the application of VA Directive 0710 titled Personnel Security and Suitability Program from June 4, 2010 II. DEFINITIONS/ACRONYMS A. CO - Contracting Officer: The Contracting Officer is a person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. The term includes certain authorized representatives of the Contracting Officer acting within the limits of their authority as delegated by the Contracting Officer. B. COR - Contracting Officers Representative: Is responsible to furnish technical guidance and advice or generally monitor the work performed under the contract. Representatives will not be authorized to make any commitments or changes, which will affect the price, quantity, and quality or delivery terms. A Contracting Officer acting within his/her authority is the only authorized Government employee to execute all changes to a contract. C. PMI Preventive Maintenance Inspection: 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. III. SUMMARY OF WORK A. Access to work site: Work will be coordinated with the COR and Maintenance and Operations Supervisor. No work will be performed without the approval of the COR. Work will be performed during regular working hours. The contractor shall meet with the COR or designee prior to work, be intermittently supervised, and receive a 100% final inspection prior to leaving the site. B. Contractor furnished materials: The contractor will be required to furnish all tools, cleaning supplies, parts, lubricants, labor and equipment necessary for the complete servicing and maintenance. The contractor will be required to test the system and furnish a report to the COR or Maintenance Personnel. C. Qualifications of Contractors: a. Contractors shall be certified by the InterNational Electrical Testing Association (NETA) as NETA Certified Technician or equivalent, and completed the Occupational Safety & Health Administration (OSHA) approved 10-hour construction safety training. b. Contractors shall have technical trainings, and track records of working experience in maintenance, inspection, and testing of the Electrical Power Distribution System and its components in healthcare, industrial, educational, and commercial facilities for a minimum of five (5) continuous years. c. Contractors shall have safety trainings either on-the-job or class-room type - in electrical safety outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S Electrical, and the NFPA 70E Standard for Electrical Safety in the Workplace. Training certifications shall be submitted to the VA Contracting Officer prior to work. If no training certifications are available, the contractor Employer shall certify that he/she has met this requirement in writing, and submit it to the VA Contracting Officer prior to work. d. Contractors shall have ready access to the latest versions of the following references: 1) NFPA 70, National Electrical Code. 2) NFPA 70B, Recommended Practice for Electrical Equipment Maintenance. 3) NFPA 70E, Standard for Electrical Safety for the Workplace. 4) NFPA 110, Standard for Emergency and Standby Power System. 5) OSHA Standard 29 CFR 1910, Subparts I & S. 6) InterNational Electrical Testing Association, Inc. (NETA) Maintenance and Testing Specifications. 7) Operating/Maintenance manuals, and specifications of the electrical equipment to be maintained and tested. These documents may be obtained from the VHA Medical Center, or the equipment manufacturers. e. Contractors shall be equipped with all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E. IV. SPECIFIC TASKS: A. The general outline of work to be performed includes, but is not limited to the following items: 1. Equipment: a. Contractor Furnished: The contractor will be required to provide all of the necessary tools, cleaning supplies, replacement parts, lubricants, equipment, labor and personnel to do all of the services required in the Statement of Work. b. Government Furnished: The following equipment is to be serviced. 1) Generator #1 Caterpillar (outside chiller plant 550KW) Model Number: 4RJ00964 Serial Number: 4RJ00964 2) Generator #2 Onan (Boiler Plant 155KW) Model Number: 155DFE Serial Number: D790408808 3) Generator #3 Caterpillar (in building 20, 750KW) Model Number: Cat Serial Number: 24701573 4) Generator #4 Baldor (Building 34) Model Number-Baldor (by water tower 175KW) Serial Number-06R1025987 5) Generator #5- Caterpillar (outside chiller plant 750KW) Model Number-C27 (CLC 750) Serial Number-3495619 6) Generator #6 Onan (inside chiller plant 175KW) Model Number - 175DFE Serial Number L34357M 2. Service Information: a. Replace engine lubricating oil and remove used oil from premises. b. Replace oil, fuel and coolant filters, add corrosion inhibitor as needed. c. Check air filters and crankcase breathers replace as needed. d. Check, adjust as replace belts as required. e. Check genset for loose, bare broken wiring or connection. f. Check governor operation, stability and linkage. g. Check fuel tanks, pumps and lines for leaks or damage. h. Check engine, heaters, radiator, hoses and heat exchanger for leaks and conditions, replace as needed. i. Check inlet screen if water is supplied other than the radiator. j. Check condition of batteries (load test) electrolyte level and charge rate, replace as needed. k. Start and run engine, check temperatures and pressures. l. Test engine safety shutdown systems. m. Check unit for proper frequency/speed, voltage and amperage. n. Any other specific/pm/safety tests as required by the manufacturer. o. Flush and refill coolant system (with corrosion inhibitors) on base year and on option year four, or as required by the manufacturer. p. Submit a report to owner and advise of any further work required. 3. Load bank Test: Perform 4-hour load bank test on each generator. i. Load bank testing will be completed using supplemental (dynamic or static) loads of 25% of name plate rating for 30 minutes, followed by 50% of name plate rating for 30 minutes, followed by 75% of nameplate rating for 60 minutes, for a total of 2 continuous hours. Records will be documented and provided in duplicate to the COR and M&R supervisor. 4. Schedule: Work will be required to be performed during regular working hours and must be coordinated a minimum of 48 hours prior with the COR. a. Annual Maintenance shall be schedule within 30 days of contract award and be performed annually thereafter. b. Annual Load Bank Test shall must be scheduled and completed during the month of March each year, preferably the week closely corresponding with March 15th. 5. Schedule: Work will be required to be performed during regular working hours. V. EXECUTION A. All work shall be performed in a safe and efficient manner. B. Site Clean-up: The Contractor shall clean job site and dispose of all debris and lubricants appropriately off grounds. C. Final Inspection: The contractor will schedule a final inspection prior to the Period of Performance. VI. REPORT A. Provide complete written report of the work. Information shown in the report shall be as following: 1) Company s name, address, telephone & FAX numbers. 2) Name and signature of contractors who perform the maintenance and testing. 3) VA Work Contract Number, name and number of VA Contracting Officer. 4) Date and Time of work. 5) Copies of contractors valid licenses, professional and training certificates. 6) Location, Type, Name, and nameplate information of electrical equipment to be maintained and tested. 7) Descriptions of work items. 8) Test data. 9) Reference materials such as equipment manufacturer s specifications, coordination study, etc. 10) Remarks on conditions of electrical equipment. List all deficiencies, if any. 11) Recommended corrective actions, if any. B. Submit one (1) hard copies of the complete written report to VA COR within seven (7) calendar days of visit. C. Submit three (3) hard copies of the complete written report, and one (1) CD-Rom of the electronic version of the report in Microsoft Word format to the COR within seven (7) calendar days of visit. All reference materials shall be included in the electronic version of the report, either through scanning or other means of electronic text import methods. D. Contractors shall report deficiencies that are deemed critical or catastrophic immediately to the Contracting Officer and COR for immediate actions. VII. ADDITION OR REMOVAL OF GENERATORS A. The Government reserves the right to add or remove generators from this contract at any time. The COR will inform the Contractor as far in advance as possible for any changes in the inventory in writing and via the Contracting Officer. B. If the Government removes a generator from service to perform work outside the scope of the contract, the Government will deduct the amount currently being paid to test and service that generator. When the Government returns the generator to service, payment for that generator will resume. VIII. HOURS OF COVERAGE: A. Normal hours of coverage are Monday through Friday from 8:00 am to 5:00 pm, excluding holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by COTR or his designee. B. Preventive maintenance will be performed as scheduled by COTR or his designee Preventive maintenance will be performed during normal hours of coverage. NOTE: Hardware/software update/upgrade installations will be scheduled and performed during normal hours of coverage at no additional charge to the government. C. Federal Holidays observed by the WTVAHCS are: HOLIDAY DATE: New Year s Day Jan 1 Martin Luther King s Birthday 3rd Monday in Jan President s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25 IX. SAFETY A. The Contractor shall adhere to all OSHA, EPA, NFPA Life Safety Codes, and all other regulatory requirements. B. In performance of this contract, the Contractor shall follow VAMC safety policy and standard for safe work practices, and take such safety precautions as the Safety Officer or designee may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contractor shall comply with VAMC smoking policy, which designates all interior space as non-smoking areas. C. Patient, employee, visitors, and contractor personnel safety shall be maintained at all times. The contractor is responsible for the occupation safety and health of his/her employees. The Contractor shall comply with all applicable OSHA safety and health standards. The Contractor shall replace all safety guards, equipment, devices, etc. removed to service or repair the elevator immediately after completion of work or when leaving the job unattended. D. The Contractor shall submit to the COR, prior to the start of the contract, the Material Safety Data Sheets (MSDS) for all potentially hazardous materials (lubricants, cleaners, working fluids, etc.) to be used in the facility in performance of the contract, and will not use, in the facility, such materials which have not been so cleared in advance with the VAMC. MSDS for new chemicals shall be furnished concurrently with arrival of the chemical on site. The Contractor shall maintain a copy of all MSDS at the chemical storage site in a location accessible to VAMC personnel to assure compliance with all laws and requirements regarding the Right to Know law. E. The Contractor is responsible to identify, provide and maintain all personal protective equipment required to perform the duties outlined in the contract. In addition, the contractor is responsible for identifying and providing all applicable safety programs (i.e. lockout/tag out, confined space entry, universal precautions, etc.) required to perform the work. Training on required safety programs and the proper use of PPE s shall be provided, and documentation maintained by the contractor. F. The Contractor shall obtain a Hot Work Permit from the Safety Office whenever soldering, welding, using a cutting torch, or other open flame, spark, or heat producing equipment. The contractor is required to follow ALL requirements outlined for the issuance of the Hot Work Permit. G. The Contractor shall be notified of any non-compliance with the pervious provisions. The contractor shall, after receipt of such notice, immediately correct the condition and notify the contracting officer in writing that the condition has been corrected. It, in the opinion of the Safety Officer or designee the condition is life threatening he/she shall instruct the contractor to stop work until the condition has been corrected. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue and order halting of all or any part of the work, and Contractor may be held in default. The Contractor bears all costs of stop work time and correcting safety hazards. H. The contractor shall provide within ten (10) working days after receipt of this contract a detailed listing of the following information: a. Safety program/procedures are required to be followed by the contractor s personnel in the performance of their duties and when such procedures are required. b. Listing of personal protective equipment(s) required to be utilized by the contractor s personnel in the performance of their duties. Also, when equipment will be required. c. Material Safety Data Sheet (MSDS S) for any chemical(s) utilized by the contractor in the performance of this contract. d. Contractor is responsible for the supervision of all their employees while on government property. It is the Contractor s responsibility to assure compliance with the scope of work and requirements referenced in this contract. Provisions provided in the scope of work are not intended to relieve the Contractor of this responsibility. X. QUALITY CONTROL PROGRAM A. The Contractor shall establish a complete quality control program to assure the requirements of the contract are provided as specified, within five (5) work days prior to the starting date of the contract, the Contractor shall submit a copy of his program to the COR, for approval. The program shall include, but not be limited to, the following: a. An inspection system covering all the services described in the contract. A checklist used in inspecting contract performance during regularly scheduled or unscheduled inspections. The name(s) of the individual(s) who will perform the testing. b. The checklist shall include every area of the Contractor s operation as well as every task required to be performed. c. A system for identifying and correcting deficiencies in the quality of services before the level of performance becomes unacceptable and/or the Medical Center inspectors point out the deficiencies. d. A file of all inspections conducted by the Contractor and the corrective action taken. This documentation shall be made available to the Medical Center upon request, at any time during the term of the contract. XI. EMERGENCY TELEPHONE NUMBERS A. The Contractor shall provide the COR with pertinent emergency telephone numbers, in order to summon assistance in case an emergency develops. At least one of the emergency telephone numbers shall be manned twenty-four (24) hours per day. This information shall be provided in writing to the COR, prior to the contract start date. XII. IINFORMATION RELATING TO CONDUCT OF CONTRACTOR S EMPLOYEES A. The Contractor shall prohibit his employees form disturbing papers on desks, opening desk drawers or cabinets, or using telephones or office equipment provided for official Medical Center use. B. Contractor shall require his employees to comply with the instructions pertaining to conduct and other regulations called to the Contractor s attention by the CO/COR, Federal Protective Officers, Inspectors, etc.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718U0044/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718U0044 36C25718U0044.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4583789&FileName=36C25718U0044-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4583789&FileName=36C25718U0044-000.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: Department of Veterans Affairs;Thomas E. Creek VA Health Care System;6010 West Amarillo Boulevard;Amarillo, TX
Zip Code: 79106
 
Record
SN05081768-W 20180912/180910231611-ba01408ffbde45edea4173823d5a0137 (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.