SOURCES SOUGHT
J -- Emergency Generator Preventive Maintenance, Repairs & Emergency Service
- Notice Date
- 3/25/2022 9:10:02 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24122Q0389
- Response Due
- 3/31/2022 9:00:00 AM
- Archive Date
- 05/30/2022
- Point of Contact
- Rosangela Pereira, Contract Specialist, Phone: 401-273-7100
- E-Mail Address
-
rosangela.pereira@va.gov
(rosangela.pereira@va.gov)
- Awardee
- null
- Description
- THIS SOURCES SOUGHT/REQUEST FOR INFORMATION IS ISSUED FOR INFORMATION AND PLANNING PURPOSED ONLY AND IS NOT CONSIDERED A SOLICITATION. The purpose of this sources sought/RFI is to gain knowledge of businesses that are capable of fulfilling the following work requirement: STATEMENT OF WORK Emergency Generator Preventive Maintenance, Repairs & Emergency Service Contract Provide all labor, transportation, materials, apparatus, tools, equipment and permits necessary for the following work. The general limit of the specified work area will be located in the VAMC, 830 Chalkstone Ave., Providence, RI 02908. The work will generally entail the semi-annual preventive maintenance, repairs and 24-hour emergency service on ten (10) emergency generators. The technical supervisor of performance shall be the FMS Supervisor as designated by the Contracting Officer (CO). Any change to the Statement of Work (SOW) or amount of funding committed can only be made by the CO, who retains ultimate authority over the contract. A. Preventive Maintenance & Repairs This contract requires that preventive maintenance be performed on a semi-annual basis on ten (10) emergency generators located at six locations on the VAMC campus. One of the generators is located inside a building, two are portable generators and seven are exterior pad mounted generators. The contract also requires that if the need for routine repairs is identified then a proposal must be submitted for consideration. The following items will be included but not limited to in the preventive maintenance procedure: Battery maintenance Filter change Air intake system inspection Oil change and testing annually (waste oil removed from the site) Cooling system inspection, testing and/or change annually Ignition system Portable generator operational testing annually for 2 hours with load bank Site generator operational testing for 4 hours, some with load bank once every 3 years Alarm testing Block heater testing Written report on the results Written recommendation for repairs required and a cost estimate B. Emergency Service Contractor will provide an hourly rate for routine/emergency service required on the generators during normal working hours and after normal working hours. Contractor will provide the mark up on parts purchased. Emergency service response time is required to be no more than 1 hour. C. Certification of Mechanics The contractor will provide documentation that their mechanics who service this contract are certified to work on Caterpillar and Cummins emergency generators. D. Generators 1. Generator #1. B-1 Exterior. Caterpillar. Mod. # C-18. S/N G7A03650. 600 KW. 2. Generator #2. B-1 Exterior. Caterpillar. Mod. # C-18. S/N G7A 03651. 600 KW. 3. Generator #3. B-1 Exterior. Caterpillar. Mod. # C-18. S/N G7A04375. 600 KW. 4. Generator #4. B-1 Exterior. Caterpillar. Mod. # C-18. S/N G7A04376. 600 KW. 5. Generator #5. B-10. Cummins Model #DSGAC-1217566, Serial #L120428047, 150KW. 6. Generator #6. Portable. Caterpillar. Engine Mod. # BGG01082. Generator Mod. # X3R00979. 400KW. 7. Generator #7. Portable. Caterpillar. Engine Mod. # BGG01182. Generator Mod. # X3R00979. 230KW. 8. Generator #8. B-4 Exterior. Cummins. Model #QSX15-G9. Serial #79365556. 400KW. 9. Generator #9. B-32 Exterior. Caterpillar. Model #GS282. Serial #C5E02267. 500KW. 10. Generator #10, Parking Garage Exterior. Kohler. Model 100RE0ZJF, Serial # 3346GMGC006. 102 KW E. Work Hours and Project Sequence Routine project work can start as early as 7:00 am and work past 4:30pm weekdays. Weekend work needs to be approved by the FMS Supervisor. If the Contractor desires to work during periods other than above, he must notify the FMS Supervisor three (3) working days in advance. The PVMC recognizes Federal legal Holidays and any work the Contractor desires to conduct during any Federal legal Holidays needs to also be approved by the FMS Supervisor. F. Period of Performance The total Period of Performance will be for one (1) base year from date of award and four (4), one-year Option Years (total five (5) years), to be exercised at the discretion of the Contracting Officer. G. Place of Performance 830 Chalkstone Avenue Providence, RI 02908 H. Work Ordering The semi-annual preventive maintenance will be scheduled directly with the FMS supervisor. I. Security Requirements The contractor shall comply with all security regulations imposed by the Installation Director, VA Police and/or agency occupying the space where work is to be performed. Any necessary security clearances shall be obtained prior to commencement of work. The contractor shall ensure that all parts of the facility where work is being performed are adequately protected against vandalism and theft. J. Transportation, Handling, and Storage The contractor shall coordinate with suppliers and shippers to ensure that incoming materials are properly identified with the contractor s name, contract number and project title. The contractor shall designate an authorized individual to be available to receive shipment. The Government warehouse facilities are not the shipping point and are not available for Contractor s use. The Government will not provide storage other than that available at the project site. Storage of supplies, materials and equipment on the project site shall be accomplished in such a manner so as to prevent mechanical and climatic damage and loss due to vandalism or theft. Equipment temporarily removed in the performance of work and stored on the job site shall be stored and protected in accordance with previous paragraphs and shall be replaced in a condition compatible with its original state. Security for equipment and material removed from the job site for temporary storage until reuse shall be the responsibility of the contractor. K. Cleanup and Disposal of Debris and Fill Materials At the end of each workday, the contractor shall clean up the work and storage areas and stack all materials in a manner approved by the Contracting Officer or his/her designated representative. Upon completion of a project, the contractor shall ensure that all dirt, trash, and debris resulting from the construction operations are removed from the work area. Unless directed otherwise in the contract or by the Contracting Officer, disposal of debris shall be made at the contractor s expense and shall be delivered to a state approved disposal site located off the VA grounds and/or CBOC locations. Debris shall not be left in such a manner that wind or other weather conditions can cause the debris to be scattered outside the work area or inside the facilities via local foot traffic. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. Responses to this sources sought/RFI are due by March 31, 2022 at 12:00 PM EST time. Responses to this notice shall be submitted via email to Rosangela.Pereira@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The NAICS code for this requirement is 811310 and a small size standard of $8 Million.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bc1d732be8ec44ef8bd2eabd27775ed4/view)
- Place of Performance
- Address: 830 Chalkstone Avenue, Providence 02908, USA
- Zip Code: 02908
- Country: USA
- Zip Code: 02908
- Record
- SN06280072-F 20220327/220326171931 (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 |