The RFP Database
New business relationships start here

Pneumatic Controls Service


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

Pursuant to Federal Acquisition Regulation (FAR) 8.405-6(a)(1)(i)(B), The Connecticut Health Care System for the Department of Veterans Affairs intends to issue a sole source contract award to Quincy Compressor LLC 14500 Lochridge blvd Ste A Covington, GA 30014-4941.

The contract will include Preventive Maintenance & Repair Service for Medical Air Compressors and Vacuum Pumps for Connecticut HCS Facilities and Maintenance 950 Campbell Avenue West Haven, CT 06516.B The applicable NAICS code will be 811310 with an applicable small business size standard of $7.5 Million. The performance period is for a 1-year period with an option of four years and will provide all equipment, labor, materials; to include tools, parts, transportation, supervision, permits and disposal necessary to service all medical air, medical vacuum, and compressed air for pneumatic controls with all associated dryers, sensors and monitors at the West Haven VA Medical Center, 950 Campbell Ave., West Haven, CT 06516. Contractor to be responsible for obtaining mfg. Spec s as needed with copies for engineering dept. The Connecticut HCS has warranties currently being serviced by Quincy Compressor and use of another vendor would void these warranties.

THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. It is a market research tool being used to determine the availability of other qualified sources that can meet the requirements identified above and inherent with the referenced product. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice of intent. All responses received within 15 days of the posting of this notice will be considered by the Government. A determination by the Government to require services for The Connecticut HCS, acquisition based on this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purposes of determining whether to allow alternate service providers.

Submit any responses within 4 days of the posting of the notice of intent via email to:
cory.dionne@va.gov.

THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. No
solicitation package will be issued. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government. All responses received by 13:00 EST on 26 June 2019 will be considered by the Government. This notice is not a request for competitive proposals/quotes. All information submitted should support the offeror's capability to provide the items required and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's capability to provide these services. Verbal responses are not acceptable and will not be considered. Responses and questions shall be submitted via
email to: cory.dionne@va.gov.

The Government will issue a Limited Sources Justification (LSJ) to support the need for a sole source award. The LSJ will post to the GPE at http://www.fedbizopps.gov, within fourteen (14) days after award of the task order.

Statement of Work

Preventive Maintenance & Repair Service for Medical Air Compressors and Vacuum Pumps for VA Connecticut Healthcare System West Haven, CT

Contractor shall provide all equipment, labor, materials; to include tools, parts, transportation, supervision, permits and disposal necessary to service all medical air, medical vacuum, and compressed air for pneumatic controls with all associated dryers, sensors and monitors at the West Haven VA Medical Center, 950 Campbell Ave., West Haven, CT 06516. Contractor to be responsible for obtaining mfg. Spec s as needed with copies for engineering dept.

Preventive Maintenance
The contractor shall provide a monthly walk-through to inspect all equipment listed on bid spec on the equipment listed below:

QTY MFG Description / Medical Air / Medical Vacuum Bldg/Location
1 Beacon Medical Vacuum / Model # OV8A-ITBS-TC001 SER# 65503 1-SG182
1 Quincy Medical Vacuum / Model # QSVB10 SER# UNO64010 1- 5th Floor
1 Quincy Medical Vacuum / Model# QSVB10 SER# UNO640009 1-5th Floor
1 Busch Medical Vacuum / Model# MM1104AB SER# 050044109 2-7-100
1 Airtech Dental Vacuum / Model# 1-DV-7620-5-TANV #959 2-G-139
1 Chemtron Medical Vacuum / Model# LPHR 50518 BN11 7020 2-G-139
SER# 348618 SER# 3448619
1 Airtech Research Vacuum / Model# 2BL2061-1AH50-4AS200 4-Basement
1 Power-X Medical Air / Model# SPL3471698 Cat Number M3218T 1-5th Floor
1 Power-x Medical Air / Model# SPL3485304 Cat Number MS218T 1-SG-182
1 Power-X Medical Air / Model# SET150740 1-SG-177
1 Power-X Dental Air / Model# SET150740E 2-G-139
1 Power-X Medical Air / Model# SPL2923735 2-G-139
1 Speed Air Pneumatic Air / Model# 4YN50A SER# 2008-00040 2-2-113
(Wood Shop)
1 Quincy Pneumatic Air / Model# PLT-5 SER# 200301120-01956 2-2-113
1 Quincy Pneumatic Air / Model# PLT-5 SER# 6144416 2-2-113
1 Quincy Pneumatic Air / Model# 390 SER# 339931 2-G-139
1 Quincy Pneumatic Air / Model# 390L103 SER# 400451RL 2-G-139
1 Quincy Pneumatic Air / Model# 310 SER# 20041018-0013 2-G-139
1 Quincy Pneumatic Air / Model# QT5QCB SER# 20060112 4-Basement
1 Quincy Pneumatic Air / Model# QT5QCB SER# 200602240057 Bldg 34
1 Quincy Pneumatic Air / Model# 310 SER# 20041018-0011 1-SG-101
1 Hitachi Pneumatic Air / Model# 5-5OU-8.5CH SER# OC858837 1-SG-170
1 Quincy Pneumatic Air / Model# QSB15ANA11SQ SER# 97726H 1-SG-182
1 Kobelco Pneumatic Air / Model# KNWA00-A/L SER# 01A0106 1-SG-182
1 Quincy Pneumatic Air / Model# QSB15ANA11SQ SER# 97725H 1-10th Floor
1 Quincy Pneumatic Air / Model# 390101 SER# 339932 1-10th Floor
1 Johnson Control Pneumatic Air / Model# AD030 SER# 050692L-209094 1-5th Floor
1 Ingersol Pneumatic Air / Model# BS15 SER# 100309 Boiler Plant
QTY MFG Description / Pneumatic Control Air/Fire Suppression Bldg/Location

1 Quincy Pneumatic Air / Model# 390 QRV-ROCO Boiler Plant
1 Quincy Pneumatic Air / Model# QT5QCB SER# 20060224-0055 Bldg 21
1 Jenny Fire Suppression / Model FIS-BS SER# G072JJ4020 Boiler Plant
1 Jenny Fire Suppression / Model# K SER# F122211025 3-Basement
1 Magnetech Fire Suppression / Model 8-164550-23 7-Basement





Reciprocating compressors will be serviced as follows:

Air filter element replacement
Change oil
Change oil filter
Replace Belts one time per year
Replace unloader diaphragms one time per year
Inspect dryer- air clean exterior of condenser with compressed air
Check temps/ pressures
Check drain trap operations

Powerex Systems will be serviced as follows:

Change air filters one time per year
Change floats in water separators
Change line filter element and floats
Change belts
Change dryer exhaust filters two times per year
Change HC elements once per four years

The Rotary screw compressors and vacuum pumps will be serviced as follows:

Oil sample taken
Change oil filters
Replace Separators (Every 4000 hours of operation)
Check belts (Change belts every 4000 hours of operation)
Change air filter elements
Check safeties
Clean Exterior of coolers with compressed air
Clean entire unit

Airtec Vacuum Pumps will be serviced as follows:

Change water filters two times per year
Change air filter elements two times per year
Dryers- install overhaul kits and desiccant (every 2 years)
Three emergency (after hours) callouts for labor only
Six dew point probes to be on a two-year calibration schedule
Parts

Contractor shall include a list of all parts covered by Preventive Maintenance with the cost
mark up.
Contractor shall provide the cost mark up for parts not included in the Preventive Maintenance.

Additional Equipment

Additional equipment may be added or existing equipment removed from the list when
necessary to meet the changing needs of the facility which may be required throughout the life
of the contract and shall be considered within the scope.

Written Reports

Written reports for the work completed and recommendations on repairs shall be required with
a cost quote included after each PM and/or service call.

Emergency & Repair Service Work

The contractor will be required to provide 24/7 response to emergency air compressor and
vacuum pump system problems. Response time will be with-in 2 hour time frame.
The contractor will provide a straight time hurly rate and an overtime hourly rate for
emergency call-ins and routine repair service.
In the event of a major breakdown a suitable rental must be available within 24 hours.

Performance Work Statement Tasks

The contractor shall be available to perform the semi-annual preventive maintenance on a
schedule that is satisfactory to the hospital.
The contractor shall work continuously on preventive maintenance once the work has started
until all the units specified in the contract are completed.
The contractor shall provide legible and complete reports on all equipment that received
preventive maintenance including the repairs required and a cost proposal to perform the
repair.
The contractor shall respond to all emergency repair call ins within the 2 hour time frame
specified.
The contractor shall provide highly qualified technicians with adequate training to resolve all
repair issues encountered.

Infectious Control

The Contractor shall conform to the infection control measures as specified in the attached
Construction Specification for Infection Control.
Preventive Maintenance Service will normally but not always is performed in a separate work
area not subject to all the infection control procedures.
Repairs and emergency repairs may be conducted in patient rooms and other hospital areas that are subject to infection control encountered.

Work Hours and Project Sequence

Routine PM and repair work can start as early as 7:00am and work past 4:30pm week days.
Weekend work needs to be approved by the Mechanical Maintenance Supervisor. Emergency service work will occur as conditions dictate.

Duration

This service contract will be for a Base Year and four (4) one (1) year options renewable at the discretion of the VA.
COR: Euel Sims, Mechanical Maintenance Supervisor

Cory Dionne
Contracting Officer

email address

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP