SOLICITATION NOTICE
J -- 2500kw Generator Maintenance
- Notice Date
- 5/7/2020 9:17:00 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0692
- Response Due
- 4/29/2020 12:00:00 AM
- Archive Date
- 05/14/2020
- Point of Contact
- Peter Kim peter.kim33@va.gov
- E-Mail Address
-
peter.kim33@va.gov
(peter.kim33@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- 1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: Generator Service 1.B. Description: VA Loma Linda Healthcare System requires a contractor to service their 2500 KW emergency back up generator. 1.C. Project Location: 11201 Benton Street, Loma Linda, CA 92357 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0692. 1.E. Set Aside: This solicitation is set aside for Small Business entities. 1.F. Applicable NAICS code: 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance 1.G. Small Business Size Standard: $8 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: Base Year plus up to Four (4) Option Years 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5630, revision 13 1K. Key solicitation milestones are: 1.K.1. A site survey will NOT be conducted for this procurement. 1.K.2. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Wednesday, May 13, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted to contract opportunities at https://beta.sam.gov/. 1.K.3. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 1000 PST Tuesday May 19, 2020 to peter.kim33@va.gov . Ensure the following are completed and/or included in the quote packet: 1.K.3.A. Vendor Information 1.K.3.B. Acknowledgement of amendments 1.K.3.C. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 1.K.3.D. Schedule of services 1.K.3.E. List of Businesses where similar services are provided 1.K.3.F. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 2. Statement of Work. 2.A. Background Information: 2500kw Generator needs Preventive Maintenance Program to keep the generator working. The 2500kw Generator supplies back up power to the Equipment Branch at Loma Linda VA Hospital. 2.B. Scope. The purpose of this contract is to have a contractor furnish all the Labor and Materials to complete Preventive Maintenance and Repair Program for 2500kw Generator at Loma Linda VA Hospital. The contractor will conduct Semi-annual and Annual Preventive Maintenance in accordance with the schedule in the O&M manual and /or ANSI/NETA MTS. The contractor will follow Original Equipment Manufacturer (OEM) and/ or ANSI/NETA MTS, and all product in O&M manuals and specifications for Preventive Maintenance (PM) requirements for 2500kw Generator. The Preventive Maintenance (PM) requirements for 2500kw Generator: 2.C. Specific Requirements. 2.C.1. Engine Information: 2.C.1.A. Make: EMD (Electro-Motive Diesel) 2.C.1.B. Serial: 7601-1159 2.C.1.C. Model: 20645-E4 2.C.1.D. Rating: 20-cyl. 2.C.2. Generator Information: 2.C.2.A. Manufacture: BPS (Beloit Power Systems Inc.) 2.C.2.B. Make: SYNCHRONOUS MACHINE Serial: 504493-R1 2.C.2.C. Model: TBGZJ/V-27 2.C.2.D. Rating: 2500kw 3125kva 2.C.2.E. Volts: 12,000 2.C.2.F. Amps: 150 2.C.2.G. Hz: 60 2.C.2.H. RPM: 900 2.C.2.J. Phase: 3 2.C.3. Semi-Annual Maintenance service 2.C.3.A. Engine and Oil 2.C.3.A.1. Check oil level and fill as needed, record amount replaced. 2.C.3.A.2. Check oil heater for proper operation and leaks 2.C.3.A.3. Check all belts for excessive wear, cracks and adjust if needed 2.C.3.A.4. Check all ignition wires and distributer cracks, corrosion and carbon tracking 2.C.3.A.5. Check engine and alternator vibration mounts for wear and alignment 2.C.3.A.6. Check oil system and engine seals for leakage. 2.C.3.A.7. Check governor for proper operation and adjust as needed. 2.C.3.A.8. Check governor linkage lubricate and adjust as needed 2.C.3.A.9. Check governor oil level and add if needed 2.C.3.A.10. Check pillow block bearings for wear and lubricate as needed 2.C.3.B. Cooling System 2.C.3.B.1. Check coolant level and fill as needed 2.C.3.B.2. Check DCA coolant levels, freeze point protection and make recommendations as needed 2.C.3.B.3. Check cooling system for signs of leakage 2.C.3.B.4. Check jacket water heater for proper operation and leaks 2.C.3.B.5. Check for pliability and cracks of all coolant pipes 2.C.3.B.6. Check radiator for leaks and correct water flow and air flow 2.C.3.B.7. Check for proper operation of solenoid valves and leaks 2.C.3.B.8. Check and lubricate cooling system fan 2.C.3.B.9. Check louver operation and adjust if needed 2.C.3.B.10. Check radiator cap and seals for cracks and leaks 2.C.3.B.11. Check all belts for excessive wear, cracks and adjust if needed 2.C.3.C. Fuel Systems 2.C.3.C.1. Check injector pump lines for leaks 2.C.3.C.2. Check injector supply and return for cracks leaks and pliability 2.C.3.C.3. Check proper operation of lift pump 2.C.3.C.4. Check Water Separator and drain if needed 2.C.3.C.5. Check for proper day tank operation and fuel level 2.C.3.D. Generator 2.C.3.D.1. Inspect physical and mechanical condition. 2.C.3.D.2. Inspect anchorage, alignment, and grounding. 2.C.3.D.3. Inspect air baffles, filter media, cooling fans, stator winding, stator core, rotor, slip rings, brushes, and brush rigging or brushless exciter. 2.C.3.D.4. Inspect bearings for evidence of overheating, rubs, rolling element damage contamination, electrical damage, and lack of lubrication. 2.C.3.D.5. Inspect bolted electrical connections for high resistance 2.C.3.D.6. Inspect the Generator lubrication systems and fill as needed. 2.C.3.D.7. Verify the absence of unusual mechanical or electrical noise or signs of overheating. 2.C.3.D.8. Perform insulation-resistance tests on the main rotating field winding, the exciter-field winding, and the exciter-armature winding 2.C.3.D.9. The rotor field winding should be clean, show no evidence of burning, movement of coils on poles, or cracks in insulation or pole washers. 2.C.3.D.10. Stator winding should be clean show no evidence of overheating, cracking, tracking, or surface partial discharge activity. 2.C.3.D.11. Perform phase-to-phase stator resistance test on machines 2300 volts and greater. 2.C.4. Annual Maintenance Service 2.C.4.A. Engine and Oil 2.C.4.A.1. Drain and replace engine oil 2.C.4.A.2. Replace oil filters 2.C.4.A.3. Take oil sample for oil analysis and report back if needed Testing shall be for wear metals, contaminate metals, additive metals and multisource metals 2.C.4.A.4. Check oil heater for proper operation and leaks 2.C.4.A.5. Check all belts for excessive wear, cracks and adjust if needed 2.C.4.A.6. Check all ignition wires and distributer cracks, corrosion and carbon tracking 2.C.4.A.7. Check engine and alternator vibration mounts for wear and alignment 2.C.4.A.8. Check oil system and engine seals for leakage. 2.C.4.A.9. Check governor for proper operation and adjust as needed. 2.C.4.A.10. Check governor linkage lubricate and adjust as needed 2.C.4.A.11. Check governor oil level and add if needed 2.C.4.A.12. Check pillow block bearings for wear and lubricate as needed 2.C.4.B. Cooling System 2.C.4.B.1. Change coolant filter as needed 2.C.4.B.2. Check coolant level and fill as needed 2.C.4.B.3. Check DCA coolant levels, freeze point protection and make recommendations as needed 2.C.4.B.4. Check cooling system for signs of leakage 2.C.4.B.5. Check jacket water heater for proper operation and leaks 2.C.4.B.6. Check for pliability and cracks of all coolant hoses 2.C.4.B.7. Check radiator for leaks and correct water flow and air flow 2.C.4.B.8. Check for proper operation of solenoid valves and leaks 2.C.4.B.9. Check and lubricate cooling system fan 2.C.4.B.10. Check louver operation and adjust if needed 2.C.4.B.11. Check radiator cap and seals for cracks and leaks 2.C.4.C. Fuel Systems 2.C.4.C.1. Replace fuel filters 2.C.4.C.2. Prime fuel system prior to starting 2.C.4.C.3. Check injector pump lines for leaks 2.C.4.C.4. Check injector supply and return for cracks leaks and pliability 2.C.4.C.5. Check proper operation of lift pump 2.C.4.C.6. Check Water Separator and drain if needed 2.C.4.C.7. Check and record main fuel tank level 2.C.4.C.8. Check for proper day tank operation and fuel level 2.C.4.D. Battery and Starting System 2.C.4.D.1. Check and record minimum crank voltage 2.C.4.D.2. Check start solenoid terminals for corrosion and tighten if needed 2.C.4.D.3. Check starter for proper operation 2.C.4.D.4. Clean, treat all battery terminals for corrosion and tighten if needed 2.C.4.D.5. Check battery fluid levels and add if needed 2.C.4.D.6. Check and record alternator voltage 2.C.4.D.7. Check, record battery charger voltage and adjust if needed 2.C.4.E. Intake System 2.C.4.E.1. Check all hoses and clamps for leaks, pliability and tighten if needed 2.C.4.E.2. Check turbo charger connection for leaks and tighten if needed 2.C.4.E.3. Check condition of Air filter 2.C.4.F. Exhaust Systems 2.C.4.F.1. Check flexible exhaust pipes for leaks, cracks and corrosion 2.C.4.F.2. Drain condensation from exhaust silencer 2.C.4.F.3. Check proper operation of rain cap 2.C.4.F.4. Check all exhaust piping for leaks, oil slobbering and corrosion 2.C.4.F.5. Check exhaust manifold for leaks, oil slobbering and corrosion 2.C.4.G. Electrical 2.C.4.G.1. Check control panel relays for proper operation and corrosion 2.C.4.G.2. Check solid state circuits for proper operation and corrosion 2.C.4.G.3. Check exciter for proper operation 2.C.4.G.4. Check rotating diodes for proper operation and corrosion 2.C.4.G.5. Check all electrical connections for corrosion, cracked insulation and tighten if needed 2.C.4.H. Operational Checks 2.C.4.H.1. Test over crank alarm for proper operation and illumination 2.C.4.H.2. Test low oil pressure alarm for proper operation and illumination 2.C.4.H.3. Test high water temperature alarm for proper operation and illumination 2.C.4.H.4. Test over speed alarm for proper operation and illumination 2.C.4.H.5. Test all equipped pre-alarms for proper operation and illumination 2.C.4.H.6. Check and record voltage without load and adjust if needed 2.C.4.H.7. Check and record frequency without load and adjust if needed 2.C.4.H.8. Check and record cooling system temperature 2.C.4.H.9. Simulate power loss with customers approval only 2.C.4.H.10. Check and record voltage with load and adjust if needed 2.C.4.H.11. Check and record frequency with load and adjust if needed 2.C.4.H.12. Check and record amperage with load 2.C.4.J. Final Checks 2.C.4.J.1. Verify main breaker in closed position 2.C.4.J.2. Verify automatic start switch is in correct position 2.C.4.J.3. Clean generator and alternator 2.C.4.J.4. Clean area around generator from loose debris 2.C.4.J.5. Provide a summary of maintenance performed 2.C.4.J.6. Provide copies of all preventative maintenance data to operations manager 2.C.4.J.7. Provide follow up recommendations, if discrepancies are noted during the inspection 2.C.5. The contractor will annotate compliance with OEM PM specifications and requirements by submitting a detailed PM report, also referred to as the PM data sheet, or data sheet to the Contracting Officer s Representative (COR) along with pictures for each equipment, after PM is completed. The original, and two copies (total of 3), of all reports shall be submitted to the COR, within 30 days of work completion. The contractor shall provide additional reports as required by the COR. The contractor s report, PM data sheet, will show the information listed below. Data sheets for service should be submitted upon completion of Preventive Maintenance and Repairs. Data sheets shall contain, at a minimum, and any other information required by the COR and all applicable O&M manuals and specifications, the following: 2.C.5.A. Date of P.M.; 2.C.5.B. Time of P.M.; 2.C.5.C. Identification of the equipment descriptions, manufacturer, and serial number; 2.C.5.D. Location of equipment under P.M. or repair; 2.C.5.E. Probable cause of repairs; 2.C.5.F. Correction action (servicing, repair or replacement) 2.C.5.G. Who was notified? 2.C.5.H. Comments and recommendations. 2.C.5.I. Completion date 2.D. Contractor Qualifications. 2.D.1. Offeror must possess a 30-hour Occupational Safety and Health Administration (OSHA) safety card. 2.D.1. C-10 Electrical Contractor License 2.D.1. Diesel Mechanic Certification (Electro-Motive Diesel) 2.D.1. NFPA and/ or NICET certification. 2.E. General Requirements. 2.E.1. Changes. The awarded Contractor is advised that only the Contracting Officer, Peter Kim, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 2.E.2. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.E.3. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.E.4. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There are no designated smoking areas. 2.E.5. Work will be done on weekdays or weeknights (i.e., Monday thru Friday during the day,) (starting at 6am to 4pm for days or 4pm to 8pm for nights due to the requirement of load demand). Work will be coordinated with all required parties, including, but not limited to, contractor, VALLHCS, OI&T, and COR, etc. Work timelines may be subject to change due to VALLHCS operational requirements. Contractor must be able to initiate contract work within 2 weeks of contact by the designated VALLHCS Contracting Officer Representative (COR). 2.E.5.A. Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.E.5.B. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.E.5.C. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.E.5.D. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.E.6. Safety 2.E.6.A. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VA property shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. 2.E.6.B. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. 2.E.6.C. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 2.E.6.D. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. 2.E.6.E. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. 2.E.7. Insurance Coverage. 2.E.7.A. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.E.7.B. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.E.7.C. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.E.7.D. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05, dated 03/30/2020. The following provisions and clauses apply to this solicitation and can be found in enclosure 2. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. FAR 52.233-2, Service of Protest 3.F. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.G. VAAR 852.233-71, Alternative Protest Procedure
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/645f049c565b46639a1963aaef0c26c7/view)
- Place of Performance
- Address: VA Loma Linda Healthcare System;11201 Benton Street;Loma Linda, CA 92357, USA
- Zip Code: 92357
- Country: USA
- Zip Code: 92357
- Record
- SN05649913-F 20200509/200507230204 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |