The RFP Database
New business relationships start here

Title: Maintenance Service Diesel Generators Repair Last Updated: 6/5/19 Actionable Package: TBD Current Phase:Requirement Proposed Posting: 6/28/19 Proposed Award: 10/1/19 Comments:


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

Page 10 of 10
COMBINED SYNOPSIS/SOLICITATION for: DIESEL GENERATORS PREVENTATIVE MAINTENANCE @ THE STRATTON POINT VA.

(i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR part 13 - Simplified Acquisition Procedures , as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C242-19-Q-1240.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03.
(iv) This procurement is being issued as 100% Service Disable Small Business Set Aside Open Market Competition. The North American Industry Classification System (NAICS) code is 811310, Local Messenger and Local Delivery, with a small business size standard of $7.5 Million.
(v) The Contractor shall provide all resources necessary to accomplish the Diesel repair services needed.

ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001


HRS
________________
________________

Diesel Generators Preventative Maintenance:
Hudson Valley VAMC: Castle Point Campus
Contract Period: Base
POP Begin: 10-01-2019
POP End: 09-30-2020
LOCAL STOCK NUMBER: SERVICE


0002

1
JB
________________
________________

Equipment/ Parts
Hudson Valley VAMC: Castle Point Campus
Contract Period: Base
POP Begin: 10-01-2019
POP End: 09-30-2020


1001


HRS
________________
________________

Diesel Generators Preventative Maintenance:
Hudson Valley VAMC: Castle Point Campus
Contract Period: Option 1
POP Begin: 10-01-2020
POP End: 09-30-2021
LOCAL STOCK NUMBER: SERVICE


1002

1
JB
________________
________________

Equipment/ Parts
Hudson Valley VAMC: Castle Point Campus
Contract Period: Option 1
POP Begin: 10-01-2020
POP End: 09-30-2021


2001


HRS
________________
________________

Diesel Generators Preventative Maintenance:
Hudson Valley VAMC: Castle Point Campus
Contract Period: Option 2
POP Begin: 10-01-2021
POP End: 09-30-2022
LOCAL STOCK NUMBER: SERVICE


2002

1
JB
________________
________________

Equipment/ Parts
for locations: Castle Point Campus
Hudson Valley Campus
Contract Period: Option 2
POP Begin: 10-01-2021
POP End: 09-30-2022


3001


HRS
________________
________________

Diesel Generators Preventative Maintenance:
Hudson Valley VAMC: Castle Point Campus
Contract Period: Option 3
POP Begin: 10-01-2022
POP End: 09-30-2023
LOCAL STOCK NUMBER: SERVICE


3002

1
JB
________________
________________

Equipment/ Parts
for locations: Castle Point Campus
Contract Period: Option 3
POP Begin: 10-01-2022
POP End: 09-30-2023


4001


HRS
________________
________________

Diesel Generators Preventative Maintenance:
Hudson Valley VAMC: Castle Point Campus
Contract Period: Option 3
POP Begin: 10-01-2023
POP End: 09-30-2024
LOCAL STOCK NUMBER: SERVICE


4002

1
JB
_________________
_________________

Equipment/ Parts
for locations: Castle Point Campus
Contract Period: Option 4
POP Begin: 10-01-2023
POP End: 09-30-2024






GRAND TOTAL
________________



(vi) Description of requirement: The contractor shall provide all parts and labor identified in the SOW.

Statement of Work
General Scope of Work:

Stratton Veterans Administration Medical Center at Albany is requesting a service contract for our three (3) diesel emergency generators. This maintenance service is to be provided for one year, with four (4) one-year options for renewal. Visits for scheduled maintenance are to be 2 times per year and scheduled with the COR in advance. Hours of maintenance are to be scheduled Monday Friday, except federal holidays, between 7:00am and 3:30pm unless otherwise agreed upon with the COR. Additionally, the intent of this scope of work is to outline a priority customer service call in for times of emergent need. The vendor is responsible to receive emergency calls 24 hours a day/7 day a week and respond within 2 hours of the initial call with a technical on-site.

Contractors shall provide a field report for all service visits. Field reports are to be left with the C.O.R or government assigned point of contract for immediate review. Reports must detail any discrepancy noted, and resolution recommendations provided.

Official service records will be emailed to the COR with all pertinent information on field service work as outlined below.

System Inventory & Specifications

Three (3) total - Caterpillar, Model: C32, Serial #: JAZ00240, 41, 42, KW: 1000, Volts: 480, RPM: 1800, Hz: 60, Phases: 3
One (1) total - Simplex MARS Load Bank System 1,000kw, 1.0 Power Factor, 480 volts AC, 3-Phase, 60 Hertz, 50Kw each step load control.
One (1) total CAT ISO Synchronizing Electrical Gear System.

(3) CAT Diesel Generators: Follow all manufacturers recommendations for the preventive maintenance to the diesel engine systems and all associated electrical generator systems to make up each Gen-Set . The VA in Albany has Three (3) identical Caterpillar 1,000KW Gen-Sets . The following components /system will require preventive maintenance work/samples for analysis;

Cooling system: Cooling sample for lab analysis, radiator heat exchanger, hoses and connections, fan drive pulley and fan, fan belts, jacket heater, water pump, coolant filter changes as recommended by manufacturer.

Fuel System: Day tank, water trap separator, fuel lines and connections, governor and controls, fuel pressure, fuel filter changes as recommended by manufacturer.

Air induction & Exhaust Systems: Air filter check, air inlet system, turbocharger, air filter changes as per manufacturer.

Lube Oil Systems: Oil samples for lab analysis, crank case breather, oil pressure gauges, all oil provided with filters, engine lubricant according to CAT specifications. Properly dispose of used oil and filters removed during Milton Cat services, leaving our portion of your site in compliance with state regulations governing waste oil.

Starting System: Batteries specific gravity, check cables and connections, battery charger / float voltage, starter motor, alternator.

Engine Monitors & Safety Controls: All gauges, all safety controls, remote annunciation and alarms.

Control Panel: Start controls Manual / Auto, Voltmeter, Ammeter, Frequency Meter, Circuit breakers.

Simplex MARS Load-Bank System: Contractors shall provide all required preventive maintenance on the schedule set forth by the manufacturer s specifications for the Load-Bank System.

Operational Ratings and Limitations as follows:
Capacity: 1000KW, 1.0 power factor
Voltage: 480V AC, 3-phase, 3-wire
Frequency: 60 hertz
Load steps: 50KW step resolution
Duty cycle: Continuous
Ambient temp: 125B0F
Exhaust rise: 220B0F (Note: As airflow is not laminar, exhaust air temperatures are not equal at all points at the plane of air exhaust. Some parcels of air may reach approximately 575B0F before mixing)
Airflow req'd: 26,000 CFM
Control power: Internal, 460V, 3-phase. Control circuits at 120V via transformer. The cooling fan operates from line voltage. Load control circuits and fan motor control operate at 120V and control logic at 24V via control power isolation transformers. Control circuits are fused. Control circuit fuses are 200,000
A.I.C. current limiting type, 600V rated.
Principal Systems and Components as follows:
The load bank is a completely self-contained, freestanding unit which includes all resistive load elements, load control devices, load element branch circuit fuse protection, main load bus and terminals, cooling system, control power supply, unit controller and malfunction detection system and NEMA type enclosure.
Load elements: Simplex Power Web Open wire, helically wound, chromium alloy, thermally de-rated to 60%. 5% tolerance, 2% balance .995 p.f. element wire mechanically supported over entire length such that if a wire should break, the broken wire segments will not short to adjacent conductors or to ground. Load elements are individually serviceable and replaceable in the field without major disassembly of the load bank. The load elements are installed in slide-out, removable trays such that any element is easily accessed without disturbing any other elements. All materials used in the mounting and installation of the load elements are suitable for the temperatures encountered, in both normal operation and under fault conditions. Materials in direct contact with the element wire are ceramic, other materials which structurally support the load elements, and/or which form the hot air duct within which the elements are mounted are steel, stainless steel or aluminum.
Load control: Branch circuit contactors, each 50KW step. Contactors to have enclosed silver surfaced contacts, 120V coils; electrically operated and electrically held.
Element circuit protection: Branch circuit fuses, each 50KW branch circuit, 70A, 200kAIC, current limiting type.
Power wiring: 150B0C insulated; color-coded

Control wiring: 105B0C
Power connection: Plated bus bar within an oversize, NEMA3R, terminal junction box.
Cooling: Forced air, vertical airflow, top exhaust. 10HP, 3-phase, TEFC motor driving cast aluminum fan blade. Circuit breaker combination motor starter.
System protection: Fan failure, high exhaust temp, hi intake temp; lockout and alarm.
Enclosure: NEMA3R control section; NEMA3R power section. Basic dimensions: 48 W x 113 H x 66 D. All panels for access to serviceable components are hinged doors with stainless steel hinges and lockable latches. All exterior fasteners are stainless steel.
The load bank enclosure is double wall construction for cool exterior and thermal isolation of the load elements. Cooling airflow through the enclosure is vertical with cold air intake at the bottom and hot air exhaust out the top. Intake and exhaust openings are be screened. Exhaust is straight up with no flow to any side. Exhaust flow is directed through rain and snow shedding louvers.
CAT ISO Synchronizing Gear: The Contractor shall provide all preventative maintenance required for all associated electrical equipment that makes up the power distribution (synchronizing gear) for the emergency electrical system. Synchronizing gear is housed in a modular unit that feeds power to the facility transfer switches and electrical distribution.

The CAT ISO Synchronizing Gear is made up of several component including but not limited to Relays, Computers, Cutler Hammer Magnum DS Switchgear & Circuit Breakers, control panels with touch screen 19 monitors, transfer switches, etc.

Contractor must follow all manufacturers recommendations for the testing, calibration, and preventive maintenance for all the electronics and hardware that make up this synchronizing gear.

Safety Requirements:

Work shall be performed as defined in NFPA 70e Article 110 & 130 and shall be conducted in accordance with VA Safety and Security Standards, OSHA 29 CFR 1910 and 29 CFR 1926 as well as OSHA 1910 Subpart S and OSHA 1926 Subpart K. and all other standard OSHA safety guidance.
The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken.B The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed.B Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid.B If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default.
Inspection:

The COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. No invoices will be processed for payment prior to the completion of POC inspection.
Estimated Period of Performance:

October 1, 2019 through September 30, 2020 with the provision of 4 option years

Place of Performance:

Stratton VA Medical Center
113 Holland Avenue,
Albany NY 12208

Other Related Services

Emergency calls for work to be performed outside the scope of Preventative Maintenance must be authorized via Modification to the contract from the Contracting Officer prior to work being performed.
Any services not expressly stated in this statement of work are not authorized. Services such as inspection, Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer, unless they are inclusive to the requested services. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the contracting officer will be considered inclusive.

(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.

Place of Performance:

Stratton VA Medical Center
113 Holland Avenue,
Albany NY 12208

(viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All offers must reference:
Solicitation number for this requirement as 36C242-19-Q-1200
Point of Contact, Company name, address, telephone and email address
Technical description of services to be performed in accordance with the Statement of Work
One redacted technical quote and one unredacted technical quote
Price
Past Performance History/References
Acknowledgement of any solicitation amendments
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.

Offeror that fails to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration.

The following provisions are included as addenda to FAR 52.212-1:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting. (Jul 2016)
52.204-22 Alternative Line Item Proposal (Jan 2017)
52.216-1 Type of Contract (APR 1984)
52.217-8 Option to Extend Services (Nov 1999)
52.217-9 Option to Extend The Term of The Contract (Mar 2000)
852.270-1 Representatives of Contracting Officers (Jan 2008)

(ix) In accordance with 52.212-2 award shall be made to the quoter whose quotation offers the lowest price technically acceptable (LPTA) to the government, considering technical capability, past performance, and price.

(a)Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria:
Technical capability - Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all the requirements of the SOW.
Contractor shall provide proof of authorization from Milton CAT to perform maintenance and repair on Diesel Generator. Contractor must provide documentation that reflects an upstanding of the original equipment manufacturer s specifications & recommendations.


Contractor must provide three (3) instances of past experience with Diesel Generator & load bank maintenance and repair. If these were government contracts please provide contract number, point of contact & dates of performance. B

(2) Past performance - Contractor must provide three references for contract of similar scope and magnitude to be evaluated. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor.B
(3) Price - The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
B (c) 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.
(End of Provision)

(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.

(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4:
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)
52.228-5 Insurance-Work on a Government Installation (JAN 1997)
CL-120 Supplemental Insurance Requirements
52.232-18 Availability of Funds (APR 1984)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
852.203-70 Commercial Advertising (May 2018)
852.215-71 Evaluation Factor Commitments (Dec 2009)
852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION)
852.219-74B B B B B B Limitations on Subcontracting Monitoring and Compliance (Jul 2018)
852.232-72 Electronic Submission of Payment Requests (NOV 2018)
852.237-70 Contractor Responsibilities (APR 1984)

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition.
The following subparagraphs of FAR 52.212-5 are applicable:
52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006)
52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995)
52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (Oct 2018)
52.204-14, Service Contract Reporting Requirements (OCT 2016)
52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-8, Utilization of Small Business Concerns (OCT 2018)
52.219-9, Small Business Subcontracting Plan (AUG 2018)
52.219-28, Post Award Small Business Program Representation (Jul 2013)
52.222-3, Convict Labor (June 2003)
52.222-21, Prohibition of Segregated Facilities (APR 2015)
52.222-26, Equal Opportunity (SEP 2016)
52.222-35, Equal Opportunity for Veterans (OCT 2015)
52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-37, Employment Reports on Veterans (FEB 2016)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
52.222-50, Combating Trafficking in Persons (JAN 2019)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (JUL 2013)
52.239-1, Privacy or Security Safeguards (AUG 1996)
52.222-41, Service Contract Labor Standards (AUG 2018)
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018)
52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017)

(xiii) The Service Contract Act of 1965 does apply to this procurement.

(xiv) N/A

(xv) This is a 100% Service Disable Small Business Set-Aside open-market combined synopsis/solicitation to provide courier services to the Department of Veteran Affairs (VA) Castle Point VA. The government intends to award a firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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:"
The Quoter shall list exception(s) and rationale for the exception(s)
Submission shall be received not later than 12:00 PM EST, Friday, September 19, 2019. The government shall only accept electronic submissions via email, please send all quotations to Clifford S. Harrison to Clifford.Harrison@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
NOTE: The offeror is required to provide (1) unredacted copy and (1) redacted copy without the names (i.e., company, key personnel, etc.)

(xvi) Direct your questions to Clifford S. Harrison, Contracting Officer, Clifford.Harrison@va.gov The last day to submit questions is 12:00 PM EST, Tuesday, September 17, 2019.
List of Attachments:

See attached documents:
NEW YORK WAGE DETERMINATION

Clifford S. Harrison
Network Contracting Office 2
James J. Peters Medical Center
130 West Kengs Brigde Road
Bronx, NY 10468

Clifford.Harrison@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP