SPECIAL NOTICE
J -- Preventative Maintenance for Generators @ the Albany VA
- Notice Date
- 8/28/2019
- Notice Type
- Synopsis
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- 36C24219Q0913
- Archive Date
- 10/27/2019
- Point of Contact
- Bronx NY 10468
- Small Business Set-Aside
- N/A
- Description
- This is a SPECIAL NOTICE ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Special Notice Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of performing the work. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Stratton Department of Veteran Affairs NCO2. is requesting a Preventative Maintenance service contract for three (3) Diesel Emergency Generators. This maintenance service contract is to be provided for one year, with four (4) one-year options for renewal. If we are unsuccessful in finding a vendor to provide these services, our intent is to Sole Source this procurement to Southworth-Milton Inc. Please See Statement of Work provided Below Important Information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this Special Notice Announcement request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Small Business firms is anticipated. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance). Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by email to Clifford.Harrison@va.gov and should be received no later than 12:00 pm EST on September 5, 2019. Statement of Work General Scope of Work: Stratton Veterans Administration Medical Center at Albany is requesting a service contract for our three (3) diesel emergency generators. This maintenance service is to be provided for one year, with four (4) one-year options for renewal. Visits for scheduled maintenance are to be 2 times per year and scheduled with the COR in advance. Hours of maintenance are to be scheduled Monday Friday, except federal holidays, between 7:00am and 3:30pm unless otherwise agreed upon with the COR. Additionally, the intent of this scope of work is to outline a priority customer service call in for times of emergent need. The vendor is responsible to receive emergency calls 24 hours a day/7 day a week and respond within 2 hours of the initial call with a technical on-site. Contractors shall provide a field report for all service visits. Field reports are to be left with the C.O.R or government assigned point of contract for immediate review. Reports must detail any discrepancy noted, and resolution recommendations provided. Official service records will be emailed to the COR with all pertinent information on field service work as outlined below. System Inventory & Specifications Three (3) total - Caterpillar, Model: C32, Serial #: JAZ00240, 41, 42, KW: 1000, Volts: 480, RPM: 1800, Hz: 60, Phases: 3 One (1) total - Simplex MARS Load Bank System 1,000kw, 1.0 Power Factor, 480 volts AC, 3-Phase, 60 Hertz, 50Kw each step load control. One (1) total CAT ISO Synchronizing Electrical Gear System. (3) CAT Diesel Generators: Follow all manufacturers recommendations for the preventive maintenance to the diesel engine systems and all associated electrical generator systems to make up each Gen-Set. The VA in Albany has Three (3) identical Caterpillar 1,000KW Gen-Sets. The following components /system will require preventive maintenance work/samples for analysis; Cooling system: Cooling sample for lab analysis, radiator heat exchanger, hoses and connections, fan drive pulley and fan, fan belts, jacket heater, water pump, coolant filter changes as recommended by manufacturer. Fuel System: Day tank, water trap separator, fuel lines and connections, governor and controls, fuel pressure, fuel filter changes as recommended by manufacturer. Air induction & Exhaust Systems: Air filter check, air inlet system, turbocharger, air filter changes as per manufacturer. Lube Oil Systems: Oil samples for lab analysis, crank case breather, oil pressure gauges, all oil provided with filters, engine lubricant according to CAT specifications. Properly dispose of used oil and filters removed during Milton Cat services, leaving our portion of your site in compliance with state regulations governing waste oil. Starting System: Batteries specific gravity, check cables and connections, battery charger / float voltage, starter motor, alternator. Engine Monitors & Safety Controls: All gauges, all safety controls, remote annunciation and alarms. Control Panel: Start controls Manual / Auto, Voltmeter, Ammeter, Frequency Meter, Circuit breakers. Simplex MARS Load-Bank System: Contractors shall provide all required preventive maintenance on the schedule set forth by the manufacturer s specifications for the Load-Bank System. Operational Ratings and Limitations as follows: Capacity: 1000KW, 1.0 power factor Voltage: 480V AC, 3-phase, 3-wire Frequency: 60 hertz Load steps: 50KW step resolution Duty cycle: Continuous Ambient temp: 125 °F Exhaust rise: 220 °F (Note: As airflow is not laminar, exhaust air temperatures are not equal at all points at the plane of air exhaust. Some parcels of air may reach approximately 575 °F before mixing) Airflow req'd: 26,000 CFM Control power: Internal, 460V, 3-phase. Control circuits at 120V via transformer. The cooling fan operates from line voltage. Load control circuits and fan motor control operate at 120V and control logic at 24V via control power isolation transformers. Control circuits are fused. Control circuit fuses are 200,000 A.I.C. current limiting type, 600V rated. Principal Systems and Components as follows: The load bank is a completely self-contained, freestanding unit which includes all resistive load elements, load control devices, load element branch circuit fuse protection, main load bus and terminals, cooling system, control power supply, unit controller and malfunction detection system and NEMA type enclosure. Load elements: Simplex Power Web Open wire, helically wound, chromium alloy, thermally de-rated to 60%. 5% tolerance, 2% balance.995 p.f. element wire mechanically supported over entire length such that if a wire should break, the broken wire segments will not short to adjacent conductors or to ground. Load elements are individually serviceable and replaceable in the field without major disassembly of the load bank. The load elements are installed in slide-out, removable trays such that any element is easily accessed without disturbing any other elements. All materials used in the mounting and installation of the load elements are suitable for the temperatures encountered, in both normal operation and under fault conditions. Materials in direct contact with the element wire are ceramic, other materials which structurally support the load elements, and/or which form the hot air duct within which the elements are mounted are steel, stainless steel or aluminum. Load control: Branch circuit contactors, each 50KW step. Contactors to have enclosed silver surfaced contacts, 120V coils; electrically operated and electrically held. Element circuit protection: Branch circuit fuses, each 50KW branch circuit, 70A, 200kAIC, current limiting type. Power wiring: 150 °C insulated; color-coded Control wiring: 105 °C Power connection: Plated bus bar within an oversize, NEMA3R, terminal junction box. Cooling: Forced air, vertical airflow, top exhaust. 10HP, 3-phase, TEFC motor driving cast aluminum fan blade. Circuit breaker combination motor starter. System protection: Fan failure, high exhaust temp, hi intake temp; lockout and alarm. Enclosure: NEMA3R control section; NEMA3R power section. Basic dimensions: 48 W x 113 H x 66 D. All panels for access to serviceable components are hinged doors with stainless steel hinges and lockable latches. All exterior fasteners are stainless steel. The load bank enclosure is double wall construction for cool exterior and thermal isolation of the load elements. Cooling airflow through the enclosure is vertical with cold air intake at the bottom and hot air exhaust out the top. Intake and exhaust openings are be screened. Exhaust is straight up with no flow to any side. Exhaust flow is directed through rain and snow shedding louvers. CAT ISO Synchronizing Gear: The Contractor shall provide all preventative maintenance required for all associated electrical equipment that makes up the power distribution (synchronizing gear) for the emergency electrical system. Synchronizing gear is housed in a modular unit that feeds power to the facility transfer switches and electrical distribution. The CAT ISO Synchronizing Gear is made up of several component including but not limited to Relays, Computers, Cutler Hammer Magnum DS Switchgear & Circuit Breakers, control panels with touch screen 19 monitors, transfer switches, etc. Contractor must follow all manufacturers recommendations for the testing, calibration, and preventive maintenance for all the electronics and hardware that make up this synchronizing gear. Safety Requirements: Work shall be performed as defined in NFPA 70e Article 110 & 130 and shall be conducted in accordance with VA Safety and Security Standards, OSHA 29 CFR 1910 and 29 CFR 1926 as well as OSHA 1910 Subpart S and OSHA 1926 Subpart K. and all other standard OSHA safety guidance. The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. Inspection: The COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. No invoices will be processed for payment prior to the completion of POC inspection. Estimated Period of Performance: October 1, 2019 through September 30, 2020 with the provision of 4 option years Place of Performance: Stratton VA Medical Center 113 Holland Avenue, Albany NY 12208 Other Related Services Emergency calls for work to be performed outside the scope of Preventative Maintenance must be authorized via Modification to the contract from the Contracting Officer prior to work being performed. Any services not expressly stated in this statement of work are not authorized. Services such as inspection, Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer, unless they are inclusive to the requested services. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the contracting officer will be considered inclusive. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24219Q0913/listing.html)
- Record
- SN05421623-F 20190830/190828230023 (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 |