The RFP Database
New business relationships start here

Chiller and HVAC Preventative Maintenance


Maine, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is VA241-17-Q-0291 and the solicitation is issued as a request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.
(iv) This requirement is being issued as a Service Disabled Veteran Owned Small Business set-aside. The associated NAICS code is 238220 Plumbing, Heating, and Air-Conditioning Contractors and small business size standard is $15 million.
(v) The Government intends to award a firm-fixed price contract for a Contractor to provide Chiller and HVAC at the VAMC Boston, Jamaica Plain. Please see the attached Performance Work Statement and the Price Schedule full requirement details and pricing submission.

Item #
Description- Base Year 05/15/2017-05/14/2018
Qty
Unit
Price
Amount
0001
The contractor shall provide all labor, equipment, materials and supervision to complete Chiller and HVAC PM services in accordance with the attached Performance Work Statement.
12
MO


Item #
Description
Qty
Unit
Price
Amount
0002
The contractor shall provide repairs to Chiller/HVAC as needed (Repairs outside of regular preventative maintenance repairs).
40

(Est)
HR


Item #
Description
Qty
Unit
Price
Amount
0003
The contractor shall respond to emergency service calls as needed.
40

(Est)
HR


Item #
Description
Qty
Unit
Price
Amount
0004
The contractor shall provide parts and materials as needed for repair/emergency repairs.

% Markup on Parts
Supplier quotes to be provided with each invoice

Contractor to provide %



N/A


%



N/A
Total



Item #
Description Option Year 1
05/15/2018-05/14/2019
Qty
Unit
Price
Amount
1001
The contractor shall provide all labor, equipment, materials and supervision to complete Chiller and HVAC PM services in accordance with the attached Performance Work Statement.
12
MO


Item #
Description
Qty
Unit
Price
Amount
1002
The contractor shall provide repairs to Chiller/HVAC as needed (Repairs outside of regular preventative maintenance repairs).
40

(Est)
HR


Item #
Description
Qty
Unit
Price
Amount
1003
The contractor shall respond to emergency service calls as needed.
40

(Est)
HR


Item #
Description
Qty
Unit
Price
Amount
1004
The contractor shall provide parts and materials as needed for repair/emergency repairs.

% Markup on Parts
Supplier quotes to be provided with each invoice

Contractor to provide %



N/A


%



N/A
Total


Item #
Description Option Year 2
05/15/2019-05/14/2020
Qty
Unit
Price
Amount
2001
The contractor shall provide all labor, equipment, materials and supervision to complete Chiller and HVAC PM services in accordance with the attached Performance Work Statement.
12
MO


Item #
Description
Qty
Unit
Price
Amount
2002
The contractor shall provide repairs to Chiller/HVAC as needed (Repairs outside of regular preventative maintenance repairs).
40

(Est)
HR


Item #
Description
Qty
Unit
Price
Amount
2003
The contractor shall respond to emergency service calls as needed.
40

(Est)
HR


Item #
Description
Qty
Unit
Price
Amount
2004
The contractor shall provide parts and materials as needed for repair/emergency repairs.

% Markup on Parts
Supplier quotes to be provided with each invoice

Contractor to provide %



N/A


%



N/A


Item #
Description Option Year 3
05/15/2020-05/14/2021
Qty
Unit
Price
Amount
3001
The contractor shall provide all labor, equipment, materials and supervision to complete Chiller and HVAC PM services in accordance with the attached Performance Work Statement.
12
MO


Item #
Description
Qty
Unit
Price
Amount
3002
The contractor shall provide repairs to Chiller/HVAC as needed (Repairs outside of regular preventative maintenance repairs).
40

(Est)
HR


Item #
Description
Qty
Unit
Price
Amount
3003
The contractor shall respond to emergency service calls as needed.
40

(Est)
HR


Item #
Description
Qty
Unit
Price
Amount
3004
The contractor shall provide parts and materials as needed for repair/emergency repairs.

% Markup on Parts
Supplier quotes to be provided with each invoice

Contractor to provide %



N/A


%



N/A



Item #
Description Option Year 4
05/15/2021-05/14/2022
Qty
Unit
Price
Amount
4001
The contractor shall provide all labor, equipment, materials and supervision to complete Chiller and HVAC PM services in accordance with the attached Performance Work Statement.
12
MO


Item #
Description
Qty
Unit
Price
Amount
4002
The contractor shall provide repairs to Chiller/HVAC as needed (Repairs outside of regular preventative maintenance repairs).
40

(Est)
HR


Item #
Description
Qty
Unit
Price
Amount
4003
The contractor shall respond to emergency service calls as needed.
40

(Est)
HR


Item #
Description
Qty
Unit
Price
Amount
4004
The contractor shall provide parts and materials as needed for repair/emergency repairs.

% Markup on Parts
Supplier quotes to be provided with each invoice

Contractor to provide %



N/A


%



N/A
Total

Total


(vi) The contractor shall provide all personnel, equipment, supplies, tools, and materials necessary to complete all Chiller and HVAC Services at the Boston VAMC, Jamaica Plain, MA in accordance with the attached Performance Work Statement.
(vii) The Place of Performance is the VAMC Boston, Jamaica Plain, MA (see Performance Work Statement for address). The period of performance is 05/15/2017-05/14/2018 with four option years.
(viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-16 Commercial and Government Entity Code Reporting (NOV 2014); 52.204-22 Alternative Line Item Proposal (JAN 2017); 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MARCH 2012); 52.209-7 Information Regarding Responsibility Matters (JUL 2013) ; 52.216-1 Type of Contract (APR 1984); 52.217-5 Evaluation of Options (JUL 1990); 52.233-2 Service of Protest (SEPT 2006); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 852.233-71 Alternate Protest Procedure (JAN 1998); 852.270-1Representatives of Contracting Officers (JAN 2008)


(ix) 52.212-2 EVALUATION COMMERCIAL ITEMS (Oct 2014)
Submission of Quotes and Evaluation process:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Quotes received after the due date and time shall not be considered.
(2) Vendors may submit their quotes electronically via email to tammy.davis6@va.gov.
(3) Questions shall be submitted to the Contract Specialist in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 04/24/2017 at 12:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers.
Evaluation Process:
Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15. The contracting techniques associated with FAR Part 15 are not mandatory.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:B
1. Price (Follow these instructions): Offeror will complete the Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.B
2. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in a timely efficient manner.B
The contractor shall demonstrate ability to work on the existing Trane and York chillers by submitting training certificates indicating that the contractor employees who will work at the Jamaica Plain site are factory trained to trouble shoot and repair York Millennium Centrifugal chillers and Trane CentraVAC chillers.

The contractor shall provide the resumes for the proposed contract maintenance and repair team. Members of the proposed team shall possess factory training for the Trane and York centrifugal chillers, past experience providing maintenance and repair for air cooled chillers (40 tons to 200 tons), past experience providing maintenance and repair for induced draft Marley and BAC cooling towers

The contractor shall provide written documentation to demonstrate experience providing maintenance and service for Trane CentraVAC chillers, York Millenium Chillers, Marley Induced draft cooling tower, Baltimore Air Coil (BAC) Induced Draft Cooling towers and Trane Air cooled chillers (40 tons to 200 tons).


3. Past Performance: Provide (2) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; a brief description of the work completed and contract number (if relevant).B Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement.B The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources including PPIRS.
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8B by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total.


(x) 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2017). Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011); 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011); 52.228-5 Insurance-Work on a Government Installation (JAN 1997); CL-120Supplemental Insurance Requirements; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008),

52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (End of Clause)
52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 Years and 6 Months. (End of Clause)
52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR)

852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009)
(a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and
(iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov).
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern.
(c) Agreement. A service-disabled veteranowned small business concern agrees that in the performance of the contract, in the case of a contract for:
(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns;
(2) Supplies (other than acquisition from a nonmanufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns;
(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or
(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement;
(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and
(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.
(4) The joint venture meets the requirements of 13 CFR 125.15(b).
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
(End of Clause)


LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011)
This solicitation includes VAAR 852.219-10. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.

852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of clause)

852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of [ ]. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause)

(xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6; 52.204-10; 52.209-6, 52.209-9; 52.219-8; 52.219-27; 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35; 52.222-36, 52.222-37; 52.222-40; 52.222-50, 52.222-60; 52.223-11; 52.223-18, 52.223-20; 52.225-13, 52.232-33, 552.222-17; 2.222-41, 52.222-42, 52.222-43; 52.222-55; 52.222-62;
(xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.
(xv) RFQ responses are due 05/08/2017 at 12:00 PM EST. RFQ responses must be submitted via email to: Tammy.Davis6@va.gov. Hand deliveries will not be accepted.
(xvi) The POC of this solicitation is Tammy Davis (Tammy.Davis6@va.gov).







PERFORMANCE WORK STATEMENT
Chiller Plant and Controls Preventive Maintenance


1. SCOPE OF WORK
The Contractor shall provide all supervision, personnel, material, parts, equipment, supplies, labor and transportation in performing basic preventive maintenance on the chiller systems and cooling towers as listed in Attachment A and located at the Department of Veterans Affairs Medical Center, 150 South Huntington Ave, Jamaica Plain, MA 02130.
2. DEFINITIONS/ACRONYMS
2.1. Contract Discrepancy Report (CDR) : A report that the Government shall complete and issue to the Contractor when service is unsatisfactory and not in compliance with the terms and conditions of the contract. The Contractor is required to complete and return this form to the COR whenever performance is unsatisfactory. The CDR requires the Contractor to explain, in writing, the cause of the unsatisfactory performance, how performance will be returned to acceptable standards, and how reoccurrence of the problem will be prevented in the future.

2.2. Contracting Officer (CO) : The individual with the authority to enter into, administer, and/or terminate contracts. The CO is the exclusive Government official authorized to execute changes and deviations or variations in the contract.
2.3. Contracting Officer's Representative (COR)/COTR : A Government representative, designated in writing by the Contracting Officer, to be responsible for quality assurance, inspection, surveillance, documentation and acceptance of the Contractor's performance. A copy of the letter of designation will be provided to the Contractor.

2.4. Preventive Maintenance (PM) : 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. To clean, lubricate, calibrate, test and replace faulty or worn parts and/or parts which are likely to become faulty, fail or become worn, repair or adjust components, or assemblies of components as necessitated by wear, tear, damage, or failure of parts, returning the equipment and/or instrument to the operating condition defined in the manufacturer s specifications.
2.5. Repair Cost Estimate: The Contractors estimated cost (for parts, labor and freight ) to repair a system according to manufactures' specifications and requirements.

2.6. Time: When hours are given it shall mean clock hours exclusive of Saturdays, Sundays and Holidays unless otherwise specified (i.e., 1:00 P.M. Monday to 1:00 P.M. Tuesday equals 24 hours; 12:00 P.M. Friday to 12:00 P.M. Monday equals 24 hours). If days are indicated it shall mean calendar days including Saturdays, Sundays and Holidays.
2.7 Rework. Any work the Contractor is required to accomplish due to unsatisfactory performance or nonperformance in accordance with the stated quality and level of effort specified in the contract. Rework is performed at no additional cost to the Government.
2.8. ESR. Vendor Engineering Service Report. A documentation of services rendered for each incidence of work performance under the terms and conditions of the contract.
2.9. Acronyms. Commonly used acronyms are listed below
FSE: Field Service Engineer
AQL: Acceptable Quality Level
IAW: In Accordance With
QA: Quality Assurance
QC: Quality Control
WS: Performance Work Statement
VA: VA Medical Center
CO: Contracting Officer
COTR: Contracting Officer s Technical Representative
FES: Facilities and Engineering Service


3. PREVENTIVE MAINTENANCE REQUIREMENTS
3.1 Within 14 calendar days of award, the vendor shall submit to the COR a written schedule of the planned PM visits for the coming year along with a written description of the work to be performed during each visit.


3.2 The following is the scope of services to be performed on Covered Equipment. Items marked with an X are included in this contract.

Services Included
Cooling Seasonal Service
Services Included
Heating Seasonal Service
X
Seasonal Start-up

Seasonal Start-up
X
Operating Inspections Qty _4__

Operating Inspections Qty ___
X
System Shutdown

System Shutdown
X
Annual Seasonal Maintenance

Annual Seasonal Maintenance

Services Included
Labor and Materials for Covered Equipment
X
Scheduled Maintenance Labor
X
Scheduled Maintenance Parts and Materials
X
Repair Labor: Repairs will be performed on covered equipment during regular business hours
X
Repair Parts and Materials (Repairs needed to perform maintenance (i.e filters, belts, oil, etc. )
X
Overtime Repair Labor for Emergency Failures (outside regular business hours)
X
Refrigerant Monitor Inspection. Testing and Calibration once per year

Refrigerant Replacement 0% of Charge per unit per year
X
Refrigerant Usage Reporting

Other

Services Included
Predictive Testing and Analysis for Covered Equipment Chiller(s) Only
X
Spectrographic Oil Analysis Trending oil analysis provides insight into potential system problems
X
Refrigerant Analysis Provides early warning of internal failure
X
KestrelView Analysis or equal Requires laptop and software
X
Oil Removal and Disposal by contractor in accordance with EPA Guidelines

Services Included
Additional Services
X
Air Cooled Condenser Coil Cleaning once per year
X
Clean Cooling Tower(s) once per year
X
Condenser Tube Cleaning once per year
X
Starter Maintenance 600 volt 480 volt starter
X
Waste oil removal and proper disposal









3.3 Equipment Maintenance Procedures:



CENTRIFUGAL CHILLERS
(Low Pressure Units)

COMPREHENSIVE ANNUAL INSPECTION SERVICE
CTV-512

Report in with the COTR and sign log with name, date and time.
Record and report abnormal conditions, measurements taken, etc.
Review customer logs with the customer for operational problems and trends.
General Assembly
Inspect for leaks and report leak check results to the customer.
Repair minor leaks as required (e.g. valve packing, flare nuts).
Calculate refrigerant loss rate and report to COTR.
Replace the filter / drier on the motor cooling line, in accordance with mfg specifications.
Test the security of mounting points; tighten all major points.
Controls and Safeties
Inspect control panel for cleanliness.
Inspect wiring and connections for tightness and signs of overheating and discoloration.
Verify the working condition of all indicator/alarm lights.
Verify the operation of all timing devices.
Verify the operation of the oil temperature thermostat. Calibrate and record setting.
Verify the operation of the low oil temperature safety device. Calibrate and record setting.
Test the high discharge pressure safety device. Calibrate and record setting.
Test the high suction temperature switch. Calibrate and record setting.
Test the high discharge temperature safety device. Calibrate and record setting.
Test the low suction pressure safety device. Calibrate and record setting.
Test the low pressure override switch. Calibrate and record setting.
Test the low leaving water temperature control device. Calibrate and record setting.
Lubrication System
Pull oil sample for spectroscopic analysis.
Test oil for acid content and discoloration. Make recommendations to the COTR based on the results of the test.
Inspect oil pump motor terminals for tightness and signs of overheating and discoloration.
Measure and record oil pump motor voltage and amperage.
Verify the operation of the oil heater. Measure amps and compare reading with the watt rating of the heater.
Motor and Starter
Clean the starter and cabinet.
Inspect the wires and starter components for tightness and signs of overheating and discoloration.
Verify the operation of the transition/system timer.
Check the condition of the contacts for wear and pitting.
Check the contactors for free and smooth operation.
Check the mechanical linkages for wear, security, and clearances.
Verify the operation of the electrical interlocks.
Check the dash pots oil for level, rust, and/or moisture.
Meg the motor and record readings.
Check the motor terminals for cracks and/or leaks.
Measure voltage and record reading. Voltage should be nominal voltage B110%.

STARTUP / CHECKOUT PROCEDURE CTV-520

Verify the operation of the oil heater and that the oil temperature is at least 110B0F before starting the chiller.
Verify full water systems, including the cooling tower, the condenser and the evaporator.
Verify clean cooling tower and strainers.
Start the condenser water pump, chilled water pump, and cooling tower fan(s).
Verify flow rates through the condenser and the evaporator.
Test all flow-proving devices on the chilled water and condenser water circuits.
Start the chiller.
Verify the starter operation.
Verify the operation of all timing devices.
Check the load limit relay for set point, hunting, and unloading capability.
Check the mechanical limits on both vane arms. Verify smooth movement of vane arms.
Check the set point and sensitivity of the chilled water temperature control device. Verify the operation.
Verify the operation of the condenser water temperature control device.
Verify the motor cooling operation.
Shut down the chiller.
Check the oil and refrigerant levels. (If the refrigerant charge needs correction, the refrigerant, and the labor to install it, are not included.)
Re-start chiller and log the operating conditions after the system has stabilized.
Review operating procedures with operating personnel.
Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected.

MID-SEASON RUNNING INSPECTION CTV-530

Check the general operation of the unit.
Log the operating temperatures, pressures, voltages, and amperages.
Check the operation of the purge unit.
Check the operation of the control circuit.
Check the operation of the lubrication system.
Check the operation of the motor and starter.
Analyze the recorded data. Compare the data to the original design conditions.
Review operating procedures with COTR.
Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected.

SEASONAL SHUT-DOWN PROCEDURE CTV-550

Check the general operation of the unit.
Shut down the chiller, pumps and auxiliary equipment.
Drain the condenser and chilled water piping.
Turn off equipment power as necessary.
Review operating procedures with COTR.
Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected.




CONDENSER CLEANING CDS-210

WATER-COOLED CONDENSERS BRUSH TUBES
(600 Tubes/Day)

Pull easy end head.
Brush tubes as necessary.

NOTE: The term easy end head refers to the head which has no piping attached to it. In the case of 1-pass or 3-pass vessels, there will be no easy end head, and extra time must be allotted to the job for the removal of the piping. An exception to this would be the unit s having marine boxes.




LUBRICATION SYSTEMS

CHANGE OIL AND FILTER OIL PRG-130

Change the oil and filter, using factory-recommended oil and filter.



COOLING TOWERS

COMPREHENSIVE ANNUAL INSPECTION CLT-210

Report in with the COTR.
Record and report abnormal conditions, measurements taken, etc.
Review customer logs with the customer for operational problems and trends.

General Assembly
STRUCTURE
Disassemble all screens and access panels for inspection.
Inspect the conditions of the slats.
Inspect the condition of the tower fill.
Inspect the condition of the support structure.
Inspect the condition of the basins (upper and lower) and/or spray nozzles.
Verify clean basins and strainer(s).
Verify the condition and operation of the basin fill valve system.
MECHANICAL
Inspect gear box for leaks.
Inspect drive and coupling for condition and security
Inspect fan assembly for condition, security, and clearances (e.g. blade tip clearance).


Lubrication
Lubricate motor bearings.
Check gear box oil level.
Motor and Starter
Clean the starter and cabinet.
Inspect wiring and connections for tightness and signs of overheating and discoloration.
Check condition of the contacts for wear and pitting.
Check contactor(s) for free and smooth operation.
Meg the motor and record reading.
Check disconnect terminal block for wear, tightness and signs of overheating and discoloration.
Check the condition and operation of the basin heater contactor(s).


STARTUP / CHECKOUT PROCEDURE CLT-220

Fill the basin and verify float level.
Verify the operation of the basin heaters.
Verify the operation, set point, and sensitivity of the basin heater temperature control device.
Start the condenser water pumps.
Verify the balance of the return water through the distribution boxes.
Verify proper operation of the bypass valve(s), if applicable.
Operate the fan(s) and verify smooth operation.
Log operation after the system has stabilized.
Review operating procedures with COTR.
Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected.


MID-SEASON RUNNING INSPECTION CLT-230

Check the general condition of the tower.
Verify clean basins and strainers (upper and lower) and/or spray nozzles.
Verify proper water level in the basin.
Verify proper operation of the water level control device.
Verify smooth operation of the fan(s).
Verify proper operation of the bypass valve(s).
Review operating procedures with COTR.
Provide a written report of completed work, operating log, and indicate uncorrected deficiencies detected.








CENTRIFUGAL CHILLERS W-C

COMPREHENSIVE ANNUAL INSPECTION SERVICE ELECTRONIC CTV-210

Report in with the Customer Representative.
Record and report abnormal conditions, measurements taken, etc.
Review customer logs with customer for operational problems and trends.
General Assembly
Check and record refrigerant level.
Inspect for leaks and report leak results.
The refrigerant should be correct before starting the leak check. To prevent unnecessary venting of refrigerant, EPA-recommended methods (e.g. hot water and/or electric blankets) must be used to pressurize the vessels.
In order to use EPA-recommended methods, certain conditions must be met:
The isolation valves on the chilled water and condenser water lines must shut off the circulation completely.
The temperature of the equipment room should be 70B0F or higher.
Access connections to the condenser water and chilled water circuits must be provided (customer s responsibility).
If these conditions cannot be met, the refrigerant must be removed and the vessel pressurized, using dry nitrogen and a trace gas. This additional procedure is outside the scope of this agreement.
Calculate refrigerant loss and report to the COTR.
Repair minor leaks as required (e.g., valve packing, flare nuts).
Visually inspect condenser tubes for cleanliness.
Check vanes for free and smooth operation.
Check mechanical linkages for wear.
Purge
Check purge unit controls for proper operation.
Check and clean purge drum as required.
Clean the condenser coil.
Clean strainers or replace filters as required.
Check the purge compressor assembly for leaks as required.
Check the purge unit for proper operation.
Controls and Safeties
Verify all settings in the electronic control panel.
Inspect the control panel for cleanliness.
Inspect wiring and connections for tightness and signs for overheating and discoloration.
Verify the operation of the vane control system:
Verify the working condition of all indicator/alarm lights and LED/LCD displays.
Verify the operation of the oil sump temperature control device.
Test high condenser pressure safety device. Calibrate and record setting.
Test low evaporator temperature safety device. Calibrate and record setting.
Test low oil pressure safety device. Calibrate and record setting.
Test high motor temperature safety device. Calibrate and record.
Test operation of chilled water pump and condenser water pump starter auxiliary contacts.

Lubrication System
Pull oil sample for spectroscopic analysis.
Check oil for acid content and discoloration. Make recommendations to the customer based on the results of the test.
Measure and record the oil pump voltage and amperage.
Verify the operation of the oil heater. Measure amps and compare readings with the watt rating of the heater.
Change the oil filter.
Verify the oil level.
Motor and Starter
Clean the starter and cabinet.
Inspect wiring and connections for tightness and signs of overheating and discoloration.
Check condition of the contacts for wear and pitting.
Check contactors for free and smooth operation.
Check the mechanical linkages for wear, security, and clearances.
Check tightness of the motor terminal connections.
Meg the motor and record reading.
Verify the operation of the electrical interlocks.


STARTUP / CHECKOUT PROCEDURE CTV-220

Verify the operation of the oil heater and that the oil temperature is at least 110B0F before starting the chiller.
Verify full water systems, including the cooling tower, condenser and evaporator.
Verify clean cooling tower and strainers.
Start the condenser water pump, chilled water pump, and cooling tower fan(s).
Test all flow-proving devices on the chilled water and condenser water circuits
Verify the flow rates through the condenser and the evaporator.
Start the chiller.
Verify the operation of all timing devices.
Verify the operation of the current control device.
Check the set point and sensitivity of the chilled water temperature control device. Verify the operation.
Verify the operation of the condenser water temperature control device.
Check the mechanical limits of both vane arms. Verify smooth movement of vane arms through the full range of operation.
Check the starter operation.
Verify the motor cooling operation.
Check the purge operation.
Shut down the chiller.
Check the oil and refrigerant levels.
Re-start the chiller and log the operating conditions after the system has stabilized.
Review operating procedures with the operating personnel.
Provide a written report of completed work, operating log, and indicate any deficiencies detected.


MID-SEASON RUNNING INSPECTION CTV-230

Check the general operation of the unit.
Log the operating temperatures, pressures, voltages, and amperages.
Check the operation of the purge unit.
Check the operation of the control circuit.
Check the operation of the lubrication system.
Check the operation of the motor and starter.
Analyze the recorded data. Compare the data to the original design conditions.
Review operating procedures with operating personnel.
Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected.


SEASONAL SHUT-DOWN PROCEDURE CTV-250

Check the general operation of the unit.
Shut down the chiller, pumps, and auxiliary equipment.
Drain the condenser and chilled water piping as required.
Turn off equipment power as necessary.
Review operating procedures with operating personnel.
Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected.

Air-Cooled Rotary Chillers ACR-1

Review operation logs with COTR for any problems and trends.
Check and record refrigerant level.
Inspect for leaks, conduct leak check using EPA-recommended methods, and report leak results.
Calculate refrigerant loss.
Repair all minor leaks as required such as valve packing, flare nuts, etc.
Visually inspect condenser coil for cleanliness.
Check the condenser fans for clearances and free operation.
Check tightness of condenser fan motor mounting brackets.
Check the set screws on the fan shafts.
Verify the performance of the fan control inverter VFD.
Grease fan bearings as required.
Annually, clean the condenser coil.
Verify all settings in the electronic control panel.
Inspect the control panel for cleanliness.
Inspect controls and safety wiring and connections for tightness and signs of overheating and discoloration.
Verify the working condition of all indicator/alarm lights and LED/LCD displays. Replace lights as required.
Test the oil pressure safety device. Calibrate and record setting.
Test high motor temperature safety device. Calibrate and record setting.
Test operation of chilled water pump and condenser water pump starter auxiliary contacts.
Pull one oil sample per year for spectroscopic analysis.
Annually, check oil for acid content and discoloration. Provide recommendations for necessary corrective measures based on the test results.
Verify the operation of the oil heaters. Measure amps and compare readings with the wattage rating of the heaters.
Clean the starter cabinet and starter components.
Start the unit if not already in operation.
Inspect motor and starter wiring and connections for tightness and signs of overheating and discoloration.
Check condition of contacts for wear and pitting.
Check contactors for free and smooth operation.
Check the mechanical linkages for wear, security, and clearances.
Check tightness of the motor terminal connections.
Annually, meg the motor and record reading.
Verify the operation of the electrical interlocks.
Measure and record voltages.
Provide function test loss of normal operation and automatic emergency start up
Once per year, pull a refrigerant sample for spectrographic analysis for contaminants.

Additionally Performed During Mid-Season PM w/Equipment Running (Schedule during July)

Check the general operation of the unit.
Log the operating temperatures, pressures, voltages, and amperages.
Check the operation of the control circuit.
Check the operation of the lubrication system.
Check the operation of the motor and starter.
Analyze the recorded data and compare to the original design conditions for the equipment.
Review operating procedures with COTR and VA staff.




PURGE SYSTEMS

PURIFIER PURGE PRG-130

Clean the condenser on the purge refrigeration unit.
Check purge unit controls for proper operation.
Check and clean purge drum.
Clean strainers or replace filters.
Check purge compressor assembly for leaks.
Check the purge unit for proper operation.



CONDENSER CLEANING

WATER-COOLED CONDENSERS BRUSH TUBES
(600 Tubes/Day) CDS-210

Pull easy end head.
Brush tubes as necessary.

NOTE: The term easy end head refers to the head which has no piping attached to it. In the case of 1-pass or 3-pass vessels, there will be no easy end head, and extra time must be allotted to the job for the removal of the piping. An exception to this would be the unit s having marine boxes.



LUBRICATION SYSTEMS L-130

CHANGE OIL AND FILTER OIL

Change the oil and filter, using factory-recommended oil and filter.

REFRIGERANT MONITORS ANNUAL MAINTENANCE INSPECTION MSC-320

Report in with the COTR.
Record and report abnormal conditions.
Check chassis mounting in enclosure.
Check operation of Clear Language Display.
Replace sampling filter element /elements at sensing points.
Provide Zero and Span calibration to accuracy within 1 PPM.
Visually check photo-acoustic sensing device.
Check periodic re-zeroing.
COOLING TOWERS

COMPREHENSIVE ANNUAL INSPECTION CLT-210

Report in with the COTR.
Record and report abnormal conditions, measurements taken, etc.
Review customer logs with the customer for operational problems and trends.
General Assembly
STRUCTURE
Disassemble all screens and access panels for inspection.
Inspect the conditions of the slats, if applicable.
Inspect the condition of the tower fill.
Inspect the condition of the support structure.
Inspect the condition of the basins (upper and lower) and/or spray nozzles.
Verify clean basins and strainer(s).
Verify the condition and operation of the basin fill valve system.
MECHANICAL
Inspect gear box for leaks.
Inspect drive and coupling for condition and security
Inspect fan assembly for condition, security, and clearances (e.g. blade tip clearance).

Lubrication
Lubricate motor bearings.
Check gear box oil level.

Motor and Starter
Clean the starter and cabinet.
Inspect wiring and connections for tightness and signs of overheating and discoloration.
Check condition of the contacts for wear and pitting.
Check contactor(s) for free and smooth operation.
Meg the motor and record reading.
Check disconnect terminal block for wear, tightness and signs of overheating and discoloration.
Check the condition and operation of the basin heater contactor(s).


HEAT EXCHANGER CLEANING
WATER-SIDE FREE COOL COILS
HTX-100

Schedule Saturday work with COTR
Prepare area to clean coils-cover equipment
Clean Coils
Clean up site and restore system to operation.


STARTUP / CHECKOUT PROCEDURE CLT-220
Fill the basin and verify float level.
Verify the operation of the basin heaters.
Verify the operation, set point, and sensitivity of the basin heater temperature control device.
Start the condenser water pumps.
Verify the balance of the return water through the distribution boxes.
Verify proper operation of the bypass valve(s), if applicable.
Operate the fan(s) and verify smooth operation.
Log operation after the system has stabilized.
Review operating procedures with COTR.
Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected.


MID-SEASON RUNNING INSPECTION CLT-230
Check the general condition of the tower.
Verify clean basins and strainers (upper and lower) and/or spray nozzles.
Verify proper water level in the basin.
Verify proper operation of the water level control device.
Verify smooth operation of the fan(s).
Verify proper operation of the bypass valve(s).



3.3.1 Each inspection will be provided in accordance with the system/equipment manufacturers factory recommended procedures. Each inspection shall, at a minimum, include the following as specified for the equipment make, type, and time of seasonal operation. The vendor will obtain prior approval from the COTR prior to performing any additional repair work.
3.3.2 For each PM inspection, the contractor will provide a detailed written report to the COR that summarizes work performed, problems/deficiencies found, and measurements taken. This report will be submitted within 10 calendar days of the date of PM inspection.
3.3.4 All work will be performed between the hours of 7:30 a.m. and 4:00 p.m. on the prearranged dates.
3.3.5All inspection work must be coordinated through the COR

3.4 CONTRACTOR PERSONNEL
3.4.1. Personnel Experience. All work shall be performed by competent mechanics, experienced and qualified to work on the specific makes and models of equipment listed in this contract. The Contractor shall submit to and for the approval of the Contracting Officer, certification and a list of credentials of the approved mechanics. Personnel shall have a minimum of three (3) years recent experience related to this work. The contractor must provide authenticated factory training certificates or credentials (or acceptable substitute as approved by the COR) for any personnel who are working on any VA equipment. The VA specifically reserves the right to reject any of the contractor s personnel and refuse them permission to work on VA equipment.

3.4.2. Conduct of Personnel. The Contractor shall ensure that his personnel present a professional appearance at all times and that their conduct shall not reflect discredit upon this facility or the Department of Veterans Affairs. The Contractor shall remove from the job site any employee for reasons of misconduct or security. The removal from the job site of such a person shall not relieve the Contractor of the requirement to provide sufficient personnel to perform adequate and timely service. All employees shall be legal residents of the United States and be able to understand, speak, read and write the English language.

3.4.3. Identification of Employees. : The Contractor shall within 10 calendar days before beginning performance of work provide the Contracting Officer Representative a list of all employees who will perform under this contract. The list shall include the full name and work assignment of each employee. The Contractor shall notify the Contracting Officer in writing of any addition, deletion or change in work assignment within 10 days of such change. Each of the Contractor's employees shall be subject to back ground investigation as part of the badge process. VA badge shall be conspicuously displayed on their person. Badge shall be provided by the VA Jamaica Plain PIV Office.

3.5 . HOURS OF OPERATION
3.5.1 . Normal Duty Hours. The Contractor shall have employees available Monday through Friday, except legal public holidays at the times specified to perform routine work and inspections.
3.5.2. Federal Holidays. Federal Holidays observed by the VA are:
New Years Day; Martin Luther King Day; President s Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veterans Day; Thanksgiving Day; and Christmas.

3.6 CONTRACTOR QUALITY CONTROL: The Contractor shall establish and maintain a Quality Control Program that ensures that all requirements of the contract are provided as specified.

3.7 . INSPECTION AND ACCEPTANCE

3.7.1 Final inspection and acceptance by the Government shall be made at the site of each system. However, final inspection and acceptance do not preclude the Government's right to inspect completed work prior to shipment from the Contractor's shop nor does it waive any rights of the Government.

3.7.2 . Unsatisfactory service will be reported in writing by the VA CO to the Contractor.
3.7.3. Telephone Answering Service: The Contractor shall maintain a 24 hour telephone contact number for emergency repairs as needed.

3.8. REMOVAL AND/OR DISPOSAL
3.8.1. Removing Government-Owned Material: All property removed remains the property of the U.S. Government and shall be returned by the Contractor to a place of storage as designated by the CO or COTR.
3.8.2. Salvage: Items received by the Contractor that are non-repairable because of condition, or declared unfit for economical rehabilitation by the Contractor, shall be returned to the Government. All salvage remaining in the Contractor's shop shall remain Government property and may be used for repair of any Government-owned equipment when released by the CO.

3.9 FIRE PREVENTION AND PROTECTION
The Contractor shall fully acquaint himself and his personnel with the location of fire equipment before work, take all prudent measures to minimize fire hazards that result from work, complies with all ordering agency fire and safety regulations.

3.10 ENERGY CONSERVATION
The Contractor is required to comply with all energy conservation regulations and instructions that are applicable to Government-owned facilities including but not limited to thermostat settings.
3.11 CLEANING UP
The Contractor shall clean up after work, leaving each area where work is performed, neat and clean. All containers, trash and debris for which he is responsible shall be removed. The area immediately around the equipment provided for the Contractor s use shall be kept in a clean and orderly condition. Trash and waste material shall not be permitted to accumulate, but shall be removed by the Contractor s employees.

3.12 HAZARDOUS CONDITIONS
During the course of performing work under this contract, should the Contractor find serious or hazardous conditions existing with or in any of the equipment the Contractor shall secure the equipment and immediately notify the COR.

3.13 SERVICE MANUALS
The VA shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSEs all operational and technical documentation, (such as: operational and service manuals, schematics, and parts lists), which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the COR upon request.


3.14 INSURANCE
A. Worker compensation and employer s liability. Contractor and any subcontractor covered under this contract are required to comply with applicable Federal and State Worker s Compensation and occupational disease statutes.
B. General Liability. Contractor and any subcontractor covered under this contract are required to have Bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence.
C. Property Damage Liability. Contractor and any subcontractor covered under this contract are to have Property Damage Liability insurance coverage of at least $500,000.
D. Contractor shall provide proof of liability insurance within five (5) days after contract award.

3.15 SMOKING POLICY
Smoking is prohibited inside all buildings and the on the grounds except in designated areas.

3.16 BILLING AND PAYMENT
3.16.1 Each invoice shall contain the documentation required by this contract. The invoices shall be itemized to contain the equipment s identifier EE# or model and serial number. Itemized list of parts replaced i.e filter size and type, oil type and quantity ,refrigerant type and quantity.
3.16.2 Payment. Payment will be made 30 days in arrears upon receipt of properly prepared invoice. Invoice must contain the contract number and the purchase order number.


3.17 CONTRACTOR REQUIREMENTS

3.17.1 The contractor must employ mechanics and technicians that are trained in the applicable codes, standards, and manufacturer requirements for maintenance and repair of the Trane, York, Marly and Baltimore Air Coil equipment covered by this contract.
3.17.2 The contractor must have at least 5 years experience satisfactorily performing such maintenance on comparable units, equipment, or systems.
3.17.3 The contractor must have access to OEM (original equipment manufacturer)-manufactured parts and materials required for performance of this work.
3.17.4 The contractor must have sufficient supplies, tools, and equipment to perform all requirements of this contract.
















Attachment A
EQUIPMENT COVERED BY THIS CONTRACT

VA ID#
MANUFACTURER
ITEM NAME
MODEL #
SERIAL#
SCHEDULE
LOCATION







137576
Trane
Centrifugal Chiller
CVHF570
110J04983
CTV-210, CTV-230, CTV-250, CTV-220, CDS-210, PRG-130, MSC-320
JP-B1A
137575
Marley
Cooling Tower
AV67041G
AV-10027292-A1
CLT-210,
CLT-230,
CLT-220
JP-B1A
63901
York
Centrifugal Chiller
HGM300
AA04AF0090
CTV-210, CTV-230, CTV-250, CTV-220, CDS-210, PRG-130, MSC-320
JP-1F-4PH
63902
York
Centrifugal Chiller
HGM300

CTV-210, CTV-230, CTV-250, CTV-220, CDS-210, PRG-130
JP-1F-4PH
63982
BAC
Cooling Tower
33294-2WX
97411391
CLT-210,
CLT-230,
CLT-220
JP-1F-4PH

Trane BLDG 9
Air-cooled chiller
RTAA140GYF01A10ABFE
494C21528
ACR-1
JP-B9
78959
Trane BLDG 2
Air-cooled chiller
CGAF254AEA1000DF0HJ
C01C44911
ACR-1
JP-B2

Trane-BLDG 1A
Air-cooled chiller
RTAC2004UNGNVAFNLIT4
UO6H09269
ACR-1
JP-1A

Trane
Centrifugal Chiller
CVHF1300
110J04983
CTV-210, CTV-230, CTV-250, CTV-220, CDS-210, PRG-130, MSC-320
JP-B1E

Marley
Cooling Tower
NC8414XUN
AV-10027292-A1
CLT-210,
JP-B1E

SONDEX
Heat Exchanger


HTX-100
JP-B1E

Bldg 1A
Heat Exchanger


HTX-100
JP-1A










6. PERFORMANCE REQUIREMENT SUMMARY:
The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success.

Performance Objective

Standard
Performance Threshold

Method of Surveillance

PRS # 1.
The contractor shall provide preventative maintenance services with trained mechanics.
All mechanics are trained in accordance with manufacturer requirements for maintenance and repair of the Trane, York, Marly and Baltimore Air Coil equipment covered by this contract.
100%
Periodic Surveillance

Tammy Davis
Tammy.Davis6@va.gov

Tammy.Davis6@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP