Virginia Bids > Bid Detail

J072--Laundry Equipment Maintenance and Repair Huntington WV VA Med Center

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159371132202898
Posted Date: Nov 17, 2022
Due Date: Dec 2, 2022
Solicitation No: 36C24523Q0126
Source: https://sam.gov/opp/c8b71331b3...
Follow
J072--Laundry Equipment Maintenance and Repair Huntington WV VA Med Center
Active
Contract Opportunity
Notice ID
36C24523Q0126
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 17, 2022 09:17 am EST
  • Original Response Date: Dec 02, 2022 01:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J072 - MAINT/REPAIR/REBUILD OF EQUIPMENT- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    HERSHEL "WOODY" WILLIAMS VA MEDICAL CENTER 1540 SPRING VALLEY DR. , 25704
    USA
Description
SUBJECT: Laundry Equipment PM Services
DISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offers will be considered in response to this Sources Sought. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the Sources Sought will not be returned. At this time, questions concerning the composition and requirements for a future Request for Quote will not be entertained.

SUBJECT: The Department of Veterans Affairs is conducting market research in order to provide Laundry Equipment PM Services for the Huntington WV VA Medical Center. The government anticipates a awarding a one Firm Fixed Price contract that will provide the support services listed within the below attachment.

OBJECTIVE: See attachment.
RESPONSE INSTRUCTIONS:

Name and Address of Company
SDVOSB business designation (IF APPLICABLE) as certified by the Small Business Administration
A thorough description of experience in managing support requirements of this nature.

CONTACT INFORMATION: Any questions related to this Sources Sought shall be directed to Craig Armagost at craig.armagost@va.gov. All information regarding Capabilities Statements or any other proprietary information relative to this Sources Sought shall be submitted via email to craig.armagost@va.gov no later than 1 PM am EST on 12/2/2022.
HERSHEL WOODY WILLIAMS VAMC
1540 SPRING VALLEY DRIVE, HUNTINGTON, WV 25704

STATEMENT OF WORK
GENERAL INFORMATION
Introduction: The Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington, WV, 25704 has a requirement to have a Base + Four (4) option years contract to perform preventive maintenance and repairs on laundry equipment (section 2.a)
Background: The medical center has a need to ensure laundry equipment is performing at optimal levels to ensure clean linens, clothing, towels, etc. for patients.
Scope of Work:
The vendor will provide all supplies, labor, equipment, material, and supervision to perform the work as listed in the work requirements (section 2-work requirements) below.
The vendor will complete all work check sheets as provided by the facility and return them to the maintenance and operations shop at the completion of each visit.

WORK REQUIREMENTS
PREVENTIVE MAINTENANCE-monthly
All equipment as applicable:
Test and confirm operation of all safety devices
Blow down lint and wipe down unit. Remove any stray ironer tape or lint.
Clean and test all photocells, reflectors, and sensors.
Pulleys and belts: check belt tension and adjust as needed. Inspect belts for cracking, frays, wear, and alignment. Adjust and tighten pulleys and belts as needed. Replace belts and pulleys if needed.
Inspect and clean all motors. Check for proper current draw within proper range. Adjust is needed.
Lubricate all grease fittings. Remove excess grease to eliminate lint build up.
Motors: Clean fan intakes, inspect motors, record amperage readings and service as necessary. Check for proper current draw and adjust as needed.
Pneumatic system: inspect airlines for leaks and crimps. Replace as needed. Inspect solenoids for proper operation and leaks. Ensure air filter is no more than half full. Check and adjust lubricator level
Fittings, valves, hosing, piping: Inspect for damage or leaking. Recommend replacement as needed.

Dryers
Lint screens and traps:
Remove, clean, inspect lint screen for integrity and damage
Clean and blow down lint screen
Clean burner and inspect for proper flame. Adjust if necessary.
Inspect flow of combustion air to ensure adequate air supply.
Check Fire suppression system to ensure proper function
Check basket sweeps for proper adjustment and operation. Remove any debris causing air flow restriction.
Inspect exhaust ductwork for obstructions.
Gear reducer and gear motor: check and refill oil as needed. Remove gear motor and inspect
Check for proper air switch alignment and operation. Repair or replace as needed.
Gaskets: Check door gasket for damage and replace as required.
Basket alignment: Inspect basket alignment.
Washers
Visually inspect shaft seals for leaks or crimps. Recommend replacement as needed. (section 2.c below)
Clean air filter and replace as needed.
Brake linings: inspect and recommend replacement as needed.
Control Actuators: Inspect and recommend replacement as needed.
Cylinder Doors: Inspect for proper operation and adjust as needed. Ensure hinges and latches tolerance is within specifications.
Suspension and shocks: Inspect for wear and performance. Recommend replacement as necessary.
Clutch friction shoes: Inspect and recommend replacement as necessary.
Electrical connections: Clean and tighten all connections in the electrical cabinet. Ensure the cover is intact and water proof.
Starters and inverters: Inspect and secure connections. Recommend repairs and replacements as needed.
Gaskets: Check door gasket for damage and replace as required.
Folder/Stacker
Drive train: Clean and check for proper tension. Lubricate as needed.
Clean air filter and replace as needed.
Static bar: check to ensure proper operation
Gear reducer: Check and adjust fluid as required. Check for discoloration
Ironer
Chests: Inspect for proper wax and make recommendations as needed.
Steam traps: Clean steam trap strainers
Pressure and return filter elements: Change elements
Drive train: Clean and check for proper tension. Lubricate as needed.
Hydraulic unit: Inspect, check color, adjust fluid level as needed. Clean magnetic strip. Inspect lift cylinders for smooth operation and leaks.
Padding: Inspect padding and trim as required.
Gear reducer: Check and adjust fluid as required. Check for discoloration
Heat exchanger: Clean and inspect
Bearing: Check all bearings for tightened set screws and proper lubrication.
Spreader
Drive train: Clean and check for proper tension. Lubricate as needed.
Clean air filter and replace as needed.
Air brush tubes: back flush through air brush tubes to loosen lodged lint and remove

PREVENTIVE MAINTENANCE-TO BE DONE ANNUALLY
Replace belts on dryers
Replace door gasket on washers
Change hydraulic unit filter on ironer

PREVENTIVE MAINTENANCE-LABOR ONLY
For all parts that need replaced and are not expressly outlined in the scope of work above as replace , the vendor will provide a list of parts needed to the maintenance and operations shop to be ordered.
Parts that are recommended as replacement will be ordered by the shops. A timeline of when they need to be available for installation will be provided by the vendor.
For all replacement parts that are not labeled as recommend or replace, treat as recommend.
The parts ordered by the maintenance and operations shop and installed by the vendor
If the equipment is not functional without the parts, the vendor will install the parts within 36 hours of their receipt onsite.
If the equipment is functional, the vendor will install the parts at the next preventive maintenance visit.

EQUIPMENT TO BE COVERED
Driers
Cissell Model L50KD42G, sn2509960348
Cissell, Model L50KD42C, sn2509960347
Unimac, Model UT170NRQF6KW01, sn 809009794
Washers
Milnor, Model 42044SG2AER, sn 349250179321
GA Braun, Model 400 NMTDP, sn NMTDP4009411284
GA Braun, Model 20NMTSP-2, sn NMTSP20095484
Spreader
Jenson, Model 231, sn 2315133-1
Small Folder
GA Braun, Model SPFRF, nsSPF2093040B
Ironer
Jenson, Model 101, sn 1014135
Folder/Stacker
Jenson, Model 468, sn 4685133-2


SUPPORTING INFORMATION
Place of performance: The Hershel Woody Williams VAMC located at 1540 Spring Valley Drive, Huntington, WV, 25704
Period of Performance: Contract is for a base contract plus four option years.
Base year:
Option year 1:
Option year 2:
Option year 3:
Option year 4:
Scheduling:
All visits will be coordinated with the maintenance and operations shop. Contractor will be escorted to work area by maintenance and operations shop employee(s).
The contractor shall perform the monthly maintenance on the equipment, as outlined in the statement of work, once a month, with no more than five weeks between service and no less than three weeks between services.
Annual maintenance, as outlined in the statement of work, is to be performed once a year. This visit can be in conjunction with a monthly maintenance visit or separate, at the discretion of the contractor with approval by the contracting officer representative.
Work will be performed during normal business hours (Monday through Friday, 8:00 am to 4:00 pm) excluding Federal holidays observed by the medical center, listed below.

New Years Day Martin Luther King Jr. Day Presidents Day
Memorial Day Juneteenth Fourth of July
Labor Day Columbus Day Veterans Day
Thanksgiving Christmas

Invoicing: Invoices will be submitted monthly and paid in arrears.
Condition of equipment: The contractor accepts responsibility for the equipment described in Section 2 (Equipment to be covered) in as is condition. Failure to inspect the equipment prior to contract award will not relieve the contractor from performance of the requirements of the contract.

SPECIAL CONSIDERATIONS
Supervision/Communications. During the performance, the vendor shall be available by phone or email
The Contracting Officer s Representative (COR) is responsible for the inspection of the work called for in this job. The Contracting Officer s Representative will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities.
Contractor Furnished Materials: The vendor shall supply all supplies for collection, packaging, and shipping to conduct work as listed in the Statement of Work above.
The Contracting Officer s Representative (COR) is responsible for the inspection of the work called for in this job. The Contracting Officer s Representative will be identified in the task order by name, telephone number and location. Inspections made by the COR are for the sole benefit of the Government and do not relieve the Contractor of any quality control responsibilities.
Contractors are responsible to find their own parking. Contractors can park in Vendor Parking behind the main hospital, when space is available. Contractors may park temporarily to sign in and drop off tools and supplies if vendor parking is full.
Contractors are required to obtain Temporary ID Badge from Engineering service, building 2 in front of vendor parking at the top of the ramp, while on VA property.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 17, 2022 09:17 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >