SOLICITATION NOTICE
J -- Services FY24 1x - BK & SA Load Bank Testing
- Notice Date
- 2/26/2025 10:50:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24225Q0381
- Response Due
- 3/10/2025 7:30:00 AM
- Archive Date
- 04/09/2025
- Point of Contact
- Anthony Murray, Branch Chief, Phone: (518)626-6138
- E-Mail Address
-
anthony.murray2@va.gov
(anthony.murray2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Attachment 1: Template for Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 03/15/2023 Revision: 01 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 (Effective 1/17/2025) This solicitation is set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 Commercial and Industrial Machinery and Equipment Repair and Maintenance, with a small business size standard of $12.5M. The FSC/PSC is J061 Maintenance, Repair, and Rebuilding of Equipment Electric Wire and Power Distribution Equipment. The Network Contracting Office 02 Albany is seeking to purchase Generator Load Bank Testing Services for the Brooklyn and St. Albans Campuses of the New York Harbor Healthcare System. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price CLIN 0001 St. Albans Emergency Diesel Boilers Annual Load Bank Testing 8 JB CLIN 0002 St. Albans Emergency Gas Generators Annual Load Bank Testing 2 JB CLIN 0003 Brooklyn Diesel Generators Annual Load Bank Testing 5 JB Total Price Statement of Work TITLE: Generator Annual Testing and Corrective Repair Service BACKGROUND: The Department of Veterans Affairs, New York Harbor Healthcare System Engineering Service seeks to acquire testing and annual service for fifteen (15) generators listed herein. All work will be performed in compliance with Joint Commission (JTC) and National Fire Protection Association (NFPA) 110 requirements. The Brooklyn campus and St. Albans CLC generators are designed to provide back-up electrical power during an unforeseen outage of the primary electrical source and minimize additional disruptions to critical services. SCOPE: The Contractor shall provide qualified maintenance labor, equipment, tools, materials, parts, supplies, transportation, supervision, any other items, and non-personal services deemed necessary to perform load bank testing services on the following fifteen generators and provide any corrective maintenance repairs on any issues identified: ST ALBANS CLC Equipment Location Make Model Serial No. PM Frequency Emergency Diesel Generators Bldg. 64 Boiler Plant Upper Level Caterpillar 300KW C9 CAT000C9E NGP00992 Annual Bldg. 64 Boiler Plant Lower Level Caterpillar 1000KW C32 JSJ03348 Annual Bldg. 174 (serves Bldg. 173 - Laundry) Caterpillar 750KW C27 2A300225 Annual Bldg. 167 (serves Bldgs. 85-87) Caterpillar 150KW D150-10 CAT00C71LL 7C00429 Annual Bldg. 88 (serves Commissary) Caterpillar 500KW C15 CAT00C15K NAP0599 Annual Bldg. 88 (serves Domiciliary area) Caterpillar 200KW D200-2 CAT00C71CE TG00540 Annual Bldg. 89 Basement Caterpillar 150KW D150-10 CAT00C71V L7C00430 Annual Bldg. 168 (serves Bldgs. 91-93) Caterpillar 150KW D150-10 CAT00C71A L7C00428 Annual Emergency Gas Generators Guard Shack (Police) Caterpillar 150KW DG 30-2 CAT00G30A NB W00138 Annual Pump Station Caterpillar 300KW G300LG 6 GXJ04856- OLY00000 Annual BROOKLYN CAMPUS Equipment Location Make/Rating Model Serial No. PM Frequency Emergency Diesel Generators Main Generator Main Generator Caterpillar 2025KW 3516B YAT00416 Annual Bldg. 4 (Engineering) A-Board Generator Caterpillar 2200KW 3516B 1HN00551 Annual Outpatient Clinic Generator OPC Generator Caterpillar 600KW 3508 23Z06777 Annual Building 14 (Data Center) Bldg. 14 Data Center Generator Caterpillar 400KW 3456 CER00472 Annual Building 13 Bldg. 13 Critical Care Generator MTU Onsite Energy 250KW 6R1600 DS250 16301004459 Annual TASKS: The Contractor is required to furnish all labor and equipment to accomplish the task of load bank testing of fifteen generators and provide comprehensive reports. The load banking shall meet the Joint Commission s requirements, tested as follows: 30% of nameplate rating for 2 hours, followed by 50% of nameplate rating for 1 hour, followed by 75% of nameplate ratings for 1 hour, plus warm up and cool down time for a total continuous run of 4 hours. A written record shall be kept of each generator run. At 15-minute intervals, the following readings will be recorded: Lube Oil Pressure Water Temperature Exhaust Temperature Amperes Volts Frequency The report will contain certification statements that each generator was load bank tested in accordance with manufacturer s requirements. PLACE OF PERFORMANCE: The generators listed above are located at the following two locations: Department of Veterans Affairs New York Harbor Healthcare System Brooklyn Campus 800 Poly Place Brooklyn, NY 11209 Department of Veterans Affairs New York Harbor Healthcare System St. Albans CLC 179-00 Linden Blvd. Jamaica, NY 11425 All required deliveries are to be delivered to the warehouse/loading dock at the respective locations. PERIOD OF PERFORMANCE: The Annual Load Bank Testing service shall be completed within 30 days of notice of award. All corrective maintenance repair services shall be completed within 150 days of contract award effective date. Any circumstances that require extending the contract shall be coordinated with the Contracting Officer no less than two weeks prior to contract expiration date. This requirement is a one-time service and does include option years. TYPE OF CONTRACT: The government anticipates award of a firm fixed-priced contract. SAFETY: All work shall comply with OSHA safety standards, Joint Commission (JTC), NFPA 110 and NFPA 70/NEC. CONTRACTOR QUALIFICATIONS: The Contractor shall have technical training and track records of proven experience with generator operations and load banking and annual service for a minimum of five (5) continuous years. The Contractor shall have safety training either on-the-job or classroom type in electrical safety outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S Electrical and NFPA 70E Standard of Electrical Safety in the Workplace. Training certifications shall be submitted to the VA Contracting Officer prior to work. If no training certificates are available, the Contractor s employer shall certify that the service technician has met this requirement and submit it to the VA Contracting Officer. GENERAL REQUIREMENTS: A post-award site visit will be required to determine parking, pathways, and proper connections to the generator units. The Contractor shall contact the maintenance supervisor of each site to schedule the load bank test and annual service. Supervisors contact information can be found under VA Engineering Service Point of Contact section herewith. Prior to starting the generators, the Contractor shall perform a pre-run inspection to include checking the oil level, coolant level and a visual inspection of the motor/generator. The Contractor will be required to furnish the load bank and make the necessary cable connections from the generator to the load bank. This may require parallel runs of cabling. In some locations, this may require barricades, safety cones or both. Work shall be conducted on weekdays (Monday through Friday), between 6:00 a.m. to 4:00 p.m. Work shall not occur on Government holidays. The work performed shall not interrupt any power to the buildings identified in this Statement of Work. CORRECTIVE MAINTENANCE REPAIRS: The Contractor shall immediately notify the COR of any repairs deemed necessary after completing inspections and/or testing. The Government will review the recommended repairs and decide about the timeline and mechanism for ensuring these repair needs are resolved. ACCEPTANCE: VA personnel and Contractor personnel shall inspect the generators prior to the Contractor personnel leaving the facility. No invoices will be processed for payment in the absence of completion of the POC inspection. The Contractor shall provide a complete written report of the load banking for each generator. Information in the report shall have the following data: Company s name, address, telephone number and fax number. Name and signature of Contractors who performed the load bank. VA purchase order number or Contract Number. Date and time of work. Generator building number. Generator model, Engine model, Nameplate rating. The fifteen-minute interval log that was recorded during the load bank. Description of generator condition and any deficiencies, if any. WARRANTY: The contractor shall guarantee that all work performed will be free from all defects in workmanship and materials and that all services and repairs will provide the capacities and characteristics specified. The contract further guarantees that if, during a period of one year from the date of the certificate of completion and acceptance of the work, any such defects will be repaired by the Contractor at his/her own cost. The Contract period of performance is award date to 30 days after receipt of award. Place of Performance/Place of Delivery Department of Veterans Affairs New York Harbor Healthcare System Brooklyn Campus 800 Poly Place Brooklyn, NY 11209 Department of Veterans Affairs New York Harbor Healthcare System St. Albans CLC 179-00 Linden Blvd. Jamaica, NY 11425 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services Addendum To FAR 52.212-1 Instructions To Offerors Commercial Products And Commercial Services (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (NOV 2024) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-20 Predecessor of Offeror (AUG 2020) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1� Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (a)� North American Industry Classification System (NAICS) code and small business size standard.� The NAICS code(s) and small business size standard(s) for this� acquisition� appear elsewhere in the� Request for Quote (RFQ). However, the small business size standard for a concern that submits an� quote, other than on a� construction� or service� acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for� information technology� value-added resellers under NAICS code 541519, if the� acquisition (1) Is set aside for small business and has a value above the� simplified acquisition threshold; (2) Uses the� HUBZone� price evaluation preference regardless of dollar value, unless the� offeror� waives the price evaluation preference; or (3) Is an 8(a),� HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b)� Submission of� Quotes. Submit signed and dated� quotes� to the office specified in this� Request for Quote (RFQ)� at or before the exact time specified in this� solicitation.� Quotes� may� be submitted on letterhead stationery, or as otherwise specified in the� solicitation. As a minimum,� quotes� must� show (1)� The� solicitation� number 36C24225Q0381; (2)� The time specified in the� solicitation� for receipt of� quotations; (3)� The name, address, and telephone number of the� quoter; (4)� A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the� solicitation. This� may� include product literature, or other documents, if necessary; The documentation must identify that the quoter is a business regularly engaged in Load Bank Testing for Generators under NAICS code 811310. The package must include any technical certificates or licenses for the entity and personnel required to operate in the field. The offeror must provide one(1) redacted and one (1) unredacted copy of their technical capability statement. The technical package cannot be more than ten (10) pages in length. (excluding any certificates or licenses) (5)� Terms of any express� warranty; (6)� Price detailed in the Price Schedule and any discount terms; (7)� ""Remit to"" address, if different than mailing address; (8)� A completed copy of the representations and certifications at Federal� Acquisition� Regulation (FAR)� 52.212-3� (see FAR� 52.212-3(b) for those representations and certifications that the� offeror� shall� complete electronically); (9)� Acknowledgment of� Quotation� Amendments; (10)� The offeror must include three (3) past performance references from contracts performed in the past five (5) years, whereby you have provided the same or similar services, of the same magnitude or greater of that described in this solicitation. If government contracts are provided, include contract number, dates of performance, points of contact, and telephone numbers. If non-government contracts are provided, include customer name, dates of performance, and point of contacts. (11)� Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the� solicitation.� Quotes� that fail to furnish required representations, or information, or reject the terms and conditions of the� solicitation� may� be excluded from consideration. (c)� Period for acceptance of� Quotes. The� offeror� agrees to hold the prices in its� offer� firm for 30 calendar days from the date specified for receipt of� quotes, unless another time period is specified in an addendum to the� solicitation. (d)� Product samples. When required by the� solicitation, product samples� shall� be submitted at or prior to the time specified for receipt of� quotes. Unless otherwise specified in this� solicitation, these samples� shall� be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during preaward testing. (e)� Multiple� Quotes.� Quoters� are encouraged to submit multiple� quotes� presenting alternative terms and conditions, including alternative� line items� (provided that the alternative� line items� are consistent with FAR� subpart� 4.10), or alternative� commercial products� or� commercial services� for satisfying the requirements of this� solicitation. Each� quote� submitted will be evaluated separately. (f)� Late submissions, modifications, revisions, and withdrawals of� quotes. (1)� Quoters� are responsible for submitting� quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the� solicitation� by the time specified in the� solicitation. If no time is specified in the� solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that� quotes� or revisions are due. (2) Any� quote� received at the Government office designated in the solicitation after the exact time specified for receipt of� quotes� is ""late"" and may not be considered unless it is received before purchase order issuance and the� Contracting Officer� determines that accepting the late� quote� would not unduly delay the� acquisition. (3)� If an� emergency� or unanticipated event interrupts normal Government processes so that� quotes� cannot be received at the Government office designated for receipt of� quotes� by the exact time specified in the� Request for Quote, and urgent Government requirements preclude amendment of the� solicitation� or other notice of an extension of the closing date, the time specified for receipt of� quotes� will be deemed to be extended to the same time of� day� specified in the� solicitation� on the first work� day� on which normal Government processes resume. (g)� Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the� quoter s initial� quote� should� contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h)� Multiple awards. The Government� may� accept issue a purchase order for any item or group of items of a quotation, unless the� quoter� qualifies the� quotation� by specific limitations. Unless otherwise provided in the quotation,� offers� may� not be submitted for quantities less than those specified in the RFQ. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the� quoter� specifies otherwise in the� quote. (i)� Availability of requirements documents cited in the� solicitation. (1) (i)� The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at� https://assist.dla.mil. (ii)� If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this� solicitation, a copy of specifications, standards, and commercial item descriptions cited in this� solicitation� may� be obtained from the address in paragraph (i)(1)(i) of this provision. (2)� Most unclassified Defense specifications and standards� may� be downloaded from the ASSIST website at� https://assist.dla.mil. (3)� Defense documents not available from the ASSIST website� may� be requested from the Defense Standardization Program Office by (i)� Using the ASSIST feedback module (� https://assist.dla.mil/ feedback); or (ii)� Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at� assisthelp@dla.mil. (4)� Nongovernment (voluntary) standards� must� be obtained from the organization responsible for their preparation, publication, or maintenance. (j)� Unique entity identifier.(Applies to all� quotes� that exceed the� micro-purchase threshold, and� quotes� at or below the� micro-purchase threshold� if the� Request for Quote (RFQ)� requires the Contractor to be� registered in the System for Award Management (SAM).) The� quoter� shall� enter, in the block with its name and address on the cover page of its� offer, the annotation ""Unique Entity Identifier"" followed by the� unique entity identifier� that identifies the� Quoter's name and address. The� Quoter� also� shall� enter its� Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the� unique entity identifier. The suffix is assigned at the discretion of the� Quoter� to establish additional SAM records for identifying alternative EFT accounts (see FAR� subpart� 32.11) for the same entity. If the� Quoter� does not have a� unique entity identifier, it� should� contact the entity designated at� www.sam.gov� for� unique entity identifier� establishment directly to obtain one. The� Quoter� should� indicate that it is an� planning to submit a quote� for a Government Request for Quote (RFQ) when contacting the entity designated at� www.sam.gov� for establishing the� unique entity identifier. (k)� [Reserved] (l)� Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (End of provision) 52.212-2 Evaluation-Commercial Items (NOV 2021) ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award May be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following factors shall be used to evaluate quotations: Technical Capability Past Performance Price Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. The offeror will be evaluated on how well their submitted documentation demonstrates that they are a firm regularly engaged in the field for Generator Load Bank Testing. Past Performance: Past Performance will be evaluated on the submitted references for Past Performance. The offeror must identify at least three (3) references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the same magnitude or greater of that described in this solicitation. References will be considered in the evaluation process. Offerors should send their listed private sector references a letter, authorizing the reference to provide past performance information to the Government. The Contracting Officer will also use the Contractor Performance Assessment Reporting System (CPARS) to derive Past Performance Information on the Offeror. Those individuals with no past performance experience will receive a neutral rating. Price: The Government will evaluate the price by adding the total of all line item prices, including all options, if applicable. Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 852.203-70 Commercial Advertising (MAY 2018) 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) 52.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) 852.242-71 Administrative Contracting Officer FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (FEB 2025) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.219-28, PostAward Small Business Program Rerepresentation (JAN 2025) 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50, Combating Trafficking in Persons (NOV 2021) 52.222-54, Employment Eligibility Verification (JAN 2025) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 10:30 am EST on March 10, 2025. Send the response electronically to Charles.Collins@va.gov and Anthony.Murray2@va.gov . Requests for Information (RFI) and questions are due no later than 4PM EST on March 5, 2025. Any questions or RFIs received after this time may not be addressed. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Charles Collins is the Contracting Officer. Charles.Collins@va.gov . Please also include Anthony Murray Anthony.Murray2@va.gov on all correspondence.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1d6ca3faa3bc46be9d4869d828868e20/view)
- Record
- SN07354158-F 20250228/250226230037 (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 |