Virginia Bids > Bid Detail

M1DA--CAT Generator PMI -New Requirement

Agency:
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159870832915259
Posted Date: Dec 14, 2023
Due Date: Jan 12, 2024
Source: https://sam.gov/opp/598bc751ed...
Follow
M1DA--CAT Generator PMI -New Requirement
Active
Contract Opportunity
Notice ID
36C26224Q0277
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Dec 14, 2023 02:22 pm MST
  • Original Published Date: Dec 14, 2023 02:04 pm MST
  • Updated Date Offers Due: Jan 12, 2024 02:00 pm MST
  • Original Date Offers Due: Jan 12, 2024 02:00 pm MST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 11, 2024
  • Original Inactive Date: Feb 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: M1DA - OPERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 238290 - Other Building Equipment Contractors
  • Place of Performance:
    Department of Veterans Affairs Greater Los Angeles VA Healthcare System Los Angeles , 90073
    USA
Description
Description
This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04, effective 06/02/2023.
This solicitation is set-aside for: 100% Service-Disabled Veteran Owned Small Business (SDVOSB)
The associated North American Industrial Classification System (NAICS) code for this procurement is 238290 with a small business size standard of $22.0 Million.
The FSC/PSC is M1DA.
The Department of Veterans Affairs, Network Contracting Office 22 is seeking a contractor to remove and replace Distilled Particulate Filter (DPF) controller on CAT 200KVA unit/emergency power generator located at building 304, on the West Los Angeles Veterans Affairs Healthcare System Facility (WLAVA). WLAVA is located at 11301 Wilshire Blvd., Los Angeles, CA 90073.
All interested companies shall provide quotations for the following:
Scope of Work:
DPF Controller to be replaced shall meet the manufacturer requirements and specifications for CAT engine to meet AQMD requirements. The Contractor shall provide all necessary labor, equipment, transportation, and related items to provide, remove and replace DPF for CAT engine powering 200KVA generator for building 304 WLAVA medical center.
Contractor to provide service must be licensed to work on CAT emergency power standby generators. Technicians to perform the repair must have at least 5 years experience working on CAT engines and their DPF systems. After replacement of DPF controller technician must load bank the unit for 2 hours at the nameplate load rating capacity. Technician must take and record readings of engine oil pressure, engine temperature, fuel pressure, and generator voltage/ amperage readings. No additional work / costs incurred that are not specifically listed in the Statement of Work are authorized without written approval by contracting officer. Pre-approval of replacement or unknown parts/costs must be obtained from the Contracting Officer prior to any work being performed.
2. Tasks:
Contractor shall be certified to perform service and maintenance to CAT Engine driven generator sets.
Contractor shall have a direct line to CAT engine/generator parts.
Contractor must have a minimum of 10 years recorded experience working with CAT emergency power generator sets at least 200KVA rating.
Contractor must have all required certifications to work on CAT emergency power generators and be able to access any data and parts required to change out DPF controller and test to confirm repair is complete.

(See Statement of Work for further details)
The purchase order period of performance is 2/1/2024-5/31/2024.
Period of Performance:
BASE: 2/1/2024-5/31/2024
Place of Performance/Place of Delivery
Address:
Department of Veterans Affairs
Greater Los Angeles VA Healthcare System
West Los Angeles VA Medical Center
11301 Wilshire Blvd.
Los Angeles, CA
Postal Code:
90073-1003
Country:
UNITED STATES

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (DEC 2022)
ADDENDUM to FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to and is included with this acquisition.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JUN 2023)
The following subparagraphs of FAR 52.212-5 are applicable: (b)(6),(8),(23),(28),(30),(31),(36),(45),(50)(ii),(52),(59),(c)(1),(2),(7),(8)
VAAR 852.203-70 Commercial Advertising (MAY 2018).
VAAR 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023)
VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certification of Compliance for Services and Construction. (JAN 2023) (DEVIATION)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018).
All quoters shall submit the following: as described in FAR 52.212-1 addendum.
All quotes shall be sent to the Network Contracting Office (NCO) 22 Contract Specialist, Daniel Kneizeh at daniel.kneizeh@va.gov
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. This purchase order will consist of a base period of approximately 120 days (2/1/2024 5/31/2024) pricing should reflect this.
The following are the decision factors: Price and Past Performance.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than January 12, 2024, 14:00PM MST at daniel.kneizeh@va.gov only. Subject line shall include RESPONSE TO RFQ 36C26224Q0277 for consideration.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below:
CONTRACT SPECIALIST
Daniel Kneizeh
daniel.kneizeh@va.gov
See attached document: P09 Statement of Work Remove/Replace Distilled Particulate Filter (DPF) Controller on CAT 200KVA Unit.
See attached document: S02 52.212-1 Instructions to Offerors.

Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >