Virginia Bids > Bid Detail

H261--Generator and ATS's Maintenance Service

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159889056860843
Posted Date: Nov 15, 2022
Due Date: Nov 29, 2022
Solicitation No: 36C24623Q0097
Source: https://sam.gov/opp/5ccf3ee990...
Follow
H261--Generator and ATS's Maintenance Service
Active
Contract Opportunity
Notice ID
36C24623Q0097
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
246-NETWORK CONTRACTING OFFICE 6 (36C246)
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 15, 2022 10:24 am EST
  • Original Response Date: Nov 29, 2022 09:30 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H261 - EQUIPMENT AND MATERIALS TESTING- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 221122 - Electric Power Distribution
  • Place of Performance:
    DURHAM VA Medical Center , 27705
    USA
Description
The Department of Veterans Affairs Medical Center Network Contracting Office (NCO) 6 has a requirement for Generator Load Testing Services. The Contractor shall provide all transportation, material hardware and parts, tools, specialized equipment, labor, supervision and technical expertise to complete the services. The solicitation shall be conducted in accordance with FAR Part 12 and FAR Part 13.
Place of Performance: Generator Load Testing Services will be conducted at the Durham VA Medical Center 508 Fulton St Durham NC 27705
Period of Performance: Period of Performance for the resultant contract will be a Base year with four (4) option years in strict accordance with all schedules, specifications, terms, and conditions and provisions of the solicitation. The applicable NAICS is 221122, Generator Load Testing Service with a Size Standard of 1000 Employees

The VA is seeking written responses to assist with identifying potential sources that are interested in, and capable of, providing the services described. Please review the information contained herein and identify whether your company has the capability and interest to provide the services described. Capability statement that demonstrates the firm s ability to meet the above requirement, should include:

Company Name:
Company Point of Contact Name, Email and Phone:
Company DUNS Number:
Socioeconomic Category:
Company GSA schedule (if applicable) under which these services can be purchased:

Describe briefly the capabilities of your company and the nature of the services you provide relative to the current requirement for Generator Load Testing Services.
The Veterans First Contracting Program applies to VA contracts only. VA has a preference to award contracts to verified service disabled Veteran-owned small businesses (SDVOSBs) first, then to verified Veteran-owned small businesses (VOSBs), when market research provides a reasonable expectation that the VA will receive two or more offers from eligible SDVOSB/VOSB firms at a fair and reasonable price ( Public Law 109-461).

To be eligible for a VA SDVOSB or VOSB set-aside, the firm must be verified in the VA s Office of Small Business Utilization s (OSDBU) Veteran Information Pages (VIP) database as an SDVOSB or VOSB at the time the firm submits its offer to the VA. Additional information on VA s Veterans First Contracting Program can be found on OSDBU s website at https://www.va.gov/osdbu/verification/. In addition, the SDVOSB/VOSB must qualify as a small business under SBA s regulations.

The Government reserves the right to contact any respondent and/or respondent reference to obtain additional information. Currently, no solicitation exists; therefore, please do not request a copy of the solicitation.

Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for market research purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined. It is the potential vendor s responsibility to monitor the CONTRACT OPPORTUNITY (formerly FEDBIZOPPS) website at https://sam.gov/content/home for release of any future Pre-Solicitation, Amendments or solicitation that may result from the sources sought. Vendors having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this sources sought notice via e-mail to the Contract Specialist, no later than 29 November 2022 at 9:30 AM EST. If you have any questions or need additional information, please contact Keicha Passley at Email address: Keicha.Passley@va.gov

*Please see the Attached Performance Work Statement
PERFORMANCE WORK STATEMENT
Emergency Generator Maintenance Agreement (service contract)
Description of Work - Summary:
The scope of this contract will require the contractor service company to provide all material, shipping, handling, labor, supervision, coordination, travel, tools and equipment needed to complete the contract requirements. This is a service contract shall be established for the Department of Veterans Affairs Medical Center in Durham, North Carolina to be provided with an emergency generator maintenance service agreement for the entire facility located at 508 Fulton St., Durham, North Carolina. The company that wins the contract shall be able to provide the below listed requirements, as well as, information provided in Attachment 1 (DESCRIPTION SPECS WORK STATEMENT).
Semi-Annual Preventive Maintenance Inspection shall be performed in November and June of each year and are to be coordinated with Engineering Service Representative.
SEMI-ANNUAL INSPECTION: Inspect all Generator sets checking engine for proper operations, and clean and inspect transfer switches. During inspection include all items on Check List headed quarterly and semi-annually, in accordance with all appropriate specifications, and Joint Commission requirements.
ANNUAL LOAD TESTING: Contractor shall perform a load test on diesel generators each year. The load test to be performed on; diesels #1, #2, and #3, located in Building 18, diesel #5, located behind Building 14, diesel #7, #8, located in MRI lot and Kholer diesel #6, located in back of Building 9, shall include a load large enough for all three diesels to be tested in accordance with EC.02.05.07EP6. Load of 50% of nameplate rating for 30 minutes, followed by 75% of nameplate rating for 60 minutes, for a total of 1 ½ continuous hours. This shall include all labor, equipment, and necessary supplies to perform a proper load test as stipulated by the Joint Commission specifications and NFPA standards. Load test shall run for four (4) hours without interruption. Contractor will record all test results on a test sheet. The test sheet will be signed, dated, and turned over to the VA Engineering Representative no later than 5 business days from the completion of the load test.
ANNUAL INSPECTION: Inspect all Generator sets checking engine for proper operations, and clean and inspect transfer switches. During inspection include all items on Check List headed annually in addition to quarterly and semi-annually, in accordance with all appropriate specifications, NFPA standards and Joint Commission requirements.
36 MONTH LOAD TEST: EC.02.05.07EP9- At least once every 36 months, hospitals with generator providing emergency power for the services listed in EC.02.05, EP s 5 and 6, test each emergency generator for a minimum of 4 continuous hours. The test results and completion dates are documented. The test sheet will be signed, dated and turned over to the VA Engineering Representative no later than 10 business days from the completion of the load test.
SPECIAL REQUIREMENTS: The contractor must give four (4) calendar weeks notice prior to arriving on site to perform scheduled preventive maintenance. Upon arrival at the station to perform periodic maintenance service or in answers to telephone request by authorized employee of the Department of Veterans Affairs, the vendor or his/her assigned representative will check in with engineering service prior to making any repairs during normal working hours, 8:00am to 4:30pm, expect generators #1,#2, #3, #7 and #8 which shall take place between 5:00pm to 8:00pm, Monday to Friday. The following Automatic Transformer Switches preventive maintenance shall be performed to minimized impact to patient care and VA staff; ATS s 4,7,8,12, TS1, TS2, TS3, F1, F2, F3 and TS4. If an emergency call is issued other than normal working hours, the contractor representative will be required to check in operations, located at the Boiler Plant, building 7 on site, and they will contact the appropriate engineering service representative. After completion of such service or maintenance work during the regular working hours, the vendor or his/her representative will obtain the signature of the equipment operator or other authorized person in the using service acknowledging the receipt of service. The duly signed copies of service or repair tickets will be delivered to the engineering service representative. Any work in addition to what s started in the contract must be made known to and approved by the engineering service representative prior to proceeding with repairs. At night, weekends, and holidays, the vendor will deliver service tickets to the VA Engineering representative.
PLANNED OUTAGE SUPPORT: Contractor services are required on-site for power outages once per annual quarter for a duration of no less than 4 hours per visit.
GENERATOR SERVICE REPAIRS: Contractor is responsible for servicing all components of the generators including but not limited to piping, hoses, fittings and pumps necessary for proper operation of the generator system. All repairs shall be quoted and submitted to VA representative for approval within 14 business days from receipt of reports. Emergency CLIN shall be reference in quote.
General Requirements
The vendor s employees shall not enter the work site without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. The On-site employees of the vendor and all Subcontractors shall apply for their PIV Badges to gain access to the facilities. Lost badges shall be reported immediately to the COR and the Contractor will be responsible paying for the process to gain a new badge.
Competent, experienced, licensed or certified workers shall perform crafts requiring specialized skills.
Normal working hours will be used to complete this contract unless otherwise indicated. Normal working hours shall be 8:00am to 4:30pm, except generators #1, #2 and #3 which shall take place between 5:00pm to 8:00pm, Monday through Friday, Monday through Friday Federal Holidays or any other Holiday designated by the President of the United States excluded. For working outside the normal working hours as defined in this contract, the vendor shall give 3 days notice to the Contracting Officer so that arrangements can be provided for the employees. This notice is separate from any notices required for utility shutdown described later in this section. No photography of VA premises is allowed without written permission of the Contracting Officer.
Execute work so as to interfere as little as possible with normal functioning of Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied jointly by patients or medical personnel, and Contractor s personnel, except as permitted by COR where required by limited working space.
No utility service such as water, gas, steam sewers or electricity, or fire protection systems and communications systems may be interrupted without prior approval of COR. Electrical work shall be accomplished with all affected circuits or equipment de energized. When an electrical outage cannot be accomplished, work on any energized circuits or equipment shall not commence without the Medical Center Director s prior knowledge and written approval. The vendor shall submit a request to interrupt any such services to COR, in writing, 48 hours in advance of proposed interruption. Request shall state reason, date, exact time of, and approximate duration of such interruption.
VA reserves the right to close down or shut down the project site and order the vendor s employees off the premises in the event of a national emergency. The vendor may return to the site only with the written approval of the Contracting Officer.
Site and Building Access: Maintain free and unobstructed access to facility emergency services and for fire, police and other emergency response forces in accordance with NFPA 241.
Means of Egress: Do not block exiting for occupied buildings, including paths from exits to roads. Minimize disruptions and coordinate with COR.
Hot Work: Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. Coordinate with COR. Obtain permits from facility Safety Manager at least 24 hours in advance.
All Buildings will be occupied during performance of work. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations will not be hindered. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations will continue during the installation period.
The contractor shall maintain neat and orderly work areas and shall clean area of debris and rubbish daily and dispose of waste materials offsite per hospital policies. The contractor shall provide a dumpster if it is determined to be necessary and shall work with the COR in advance for a spot on site to establish the dumpster.
Establish and maintain a dust control program as part of the vendor s infection preventive measures in accordance with the guidelines provided as specified here. Prior to start of work, prepare a plan detailing project-specific dust protection measures, including periodic status reports and submit to COR for review a minimum of two weeks prior to the start of work at each site. All personnel involved in the installation or renovation activity shall be educated and trained in infection prevention measures established by the medical center. In general, the following preventive measures shall be adopted during installation of new equipment to keep down dust and prevent mold. Dampen debris to keep down dust and provide temporary construction partitions in existing structures where directed by COR. Blank off ducts and diffusers to prevent circulation of dust into occupied areas during construction. Do not perform dust producing tasks within occupied areas without the approval of the COR.
Provide dust proof one-hour fire-rated temporary drywall barriers to completely separate installation work that may result in dust generation from the operational areas of the hospital in order to contain dirt debris and dust. Barriers shall be sealed and made presentable on hospital occupied side. Install a self-closing rated door in a metal frame, commensurate with the partition, to allow worker access. Maintain negative air at all times. A fire-retardant polystyrene, 6-mil thick or greater plastic barrier needing local fire codes may be used where dust control is the only hazard, and an agreement is reached with the COR and Medical Center.
All work shall be performed in full accordance with applicable local and Federal regulations. All equipment and installation shall conform to the recommendations of ASHREA, National Fire Protection Association (NFPA), plumbing and mechanical codes, and National Electrical Code (NEC). No departures from specification requirements will be permitted without written approval. The Supplier shall use good safety practices while working. All hardware should be installed in such a manner to minimize damage and maximize patient and employee safety. All equipment and procedures shall conform to OSHA, NEMA, and ANSI Standards and conform to the Standard Building Code and the Standard Mechanical Code. All installations for the Durham VAMC shall conform to VARR and FAR standards.
The contractor shall provide all labor and materials necessary for any site work including but not limited to electrical conduit with pull strings, back boxes, raceways, core drilling, concrete patching, and painting. Minimum of ¾ conduit shall be approved to be used for installation. All new cabling and wiring shall be pulled in conduit.
New work shall be installed and connected to existing work nearly, safely and professionally. Disturbed or damaged work shall be replaced or repaired to its prior conditions.
All items furnished shall be free from defects that would adversely affect the performance, maintainability and appearance of individual components and overall assembly.
Where the Government determines that the vendor has installed equipment not conveniently accessible for operation and maintenance, equipment shall be removed and reinstalled or remedial action performed as directed at no additional cost to the Government.
Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security.
ATTACHMENT 1
EMERGENCY GENERATORS
DESCRIPTION SPECS WORK STATEMENT
Semi-Annual Preventive Maintenance Inspection shall be performed in November and June of each year and are to be coordinated with Engineering Service Representative.
SEMI-ANNUAL INSPECTION NOVEMBER: Inspect all Generator sets checking engine for proper operations, and clean and inspect transfer switches. Perform all items on Check List headed quarterly and semi-annually, in accordance with all appropriate specifications, and Joint Commission requirements.
ANNUAL LOAD TESTING NOVEMBER: Contractor shall perform a load test on diesel generators each year. The load test to be performed on; diesels #1, #2, and #3, located in Building 18 and Kholer diesel Gen. #6, located behind Building 9, shall include a load large enough for all three diesels to be tested in parallel at 75% of capacity. This shall include all labor, equipment, and necessary supplies to perform a proper load test as stipulated by the Joint Commission specifications and NFPA standards. Load test shall run for four (4) hours without interruption. Contractor will record all test results on a test sheet. The test sheet will be signed, dated, and turned over to the VA Engineering Representative no later than 5 business days from the completion of the load test.
ANNUAL INSPECTION JUNE: Inspect all Generator sets checking engine for proper operations, and clean and inspect transfer switches. Perform all items on Check List headed annually in addition to quarterly and semi-annually, in accordance with all appropriate specifications, NFPA standards and Joint Commission requirements.
SPECIAL REQUIREMENTS:
The contractor must give four (4) calendar weeks notice prior to arriving on site to perform scheduled preventive maintenance. Upon arrival at the station to perform periodic maintenance service or in answers to telephone request by authorized employee of the Department of Veterans Affairs, the vendor or his/her assigned representative will check in with engineering service prior to making any repairs during normal working hours, 8:00am to 4:30pm, except generators #1, #2 and #3 which shall take place between 5:00pm to 8:00pm, Monday through Friday. If an emergency call is issued other than normal working hours, the contractor representative will be required to check in operations, located at the boiler plant, building 7 on site, and they will contact the appropriate engineering service representative. After completion of such service or maintenance work during the regular working hours, the vendor or his/her representative will obtain the signature of the equipment operator or other authorized person in the using service acknowledging the receipt of service. The duly signed copies of service or repair tickets will be delivered to the engineering service representative. Any work in addition to what s started in the contract must be made known to and approved by the engineering service representative prior to proceeding with repairs. At night, weekends, and holidays, the vendor will deliver service tickets to the VA Engineering representative.
ITEM NO.
DESCRIPTION

1
Caterpillar Diesel: Gen Model # LC7, Serial # G7A05097 , 500 KW, 625 KVA, 3 Phase, 60 Hz, 0.8 P.F., 208/120 V, 1735 Amps, Eng Model # C15, yr 2014, Serial # FTE02064 , Located in Bldg 18, Labeled as Gen Set #1.

2
Caterpillar Diesel: Gen Model # LC6, Serial # G6B01754, 450KW, 562KVA, 3 Phase, 60 Hz, .8 P.F., 208V, 1560 Amps, Eng Model # 3456, Serial # 7WG04132, Located in Bldg 18, Labeled as Gen Set #2.

3
Caterpillar Diesel: Gen Model # LC7, Serial # G7A03127, 500KW, 625KVA, 3 Phase, 60 Hz, .8 P.F., 208V, 1735 Amps, Eng. Model #C15, yr 2010, Serial # FSE03278, Located in Bldg 18, Labeled as Gen Set #3

4
. Cummings Generator Set: Model # DQGAA-4100083, Serial # B100097581, Spec. A, 1250KW, 1562.5 KVA, 3 Phase, 60 Hz, .8 P.F., 277/480 Volt, 1879.5 Amps, 1800RPM, Located outside of Bldg 14.


5
Cummings Generator Set: Model # DQGAA-4100083, Serial # CB016-1, Spec. A, 1250KW, 1562.5 KVA, 3 Phase, 60 Hz, .8 P.F., 277/480 Volt, 1879.5 Amps, 1800RPM, Located outside of Bldg 26.

6
Kohler Diesel: Gen Model # 2000REOZMD, Serial # SGM32BGSJ , 2000 KW, 2500 KVA, 3 Phase, 60 Hz, 0.8 PF, 277/480 V, 3007 Amps, Eng Model # 7M4054, Serial # WA-6000438-0714, Located West of Building 9

7
Caterpillar Diesel: Gen Model # LC6, Serial # G6B22922, 450 KW, 562.5 KVA, 3 Phase, 60 Hz, 0.8 P.F., 480 V, 677 Amps, Eng Model # C15, yr 20xx, Serial # FTE02612 , Located in MRI Loading Dock, Labeled as Gen Set #7.

8
Caterpillar Diesel: Gen Model # LC6, Serial # G6B22934, 450 KW, 562.5 KVA, 3 Phase, 60 Hz, 0.8 P.F., 480 V, 677 Amps, Eng Model # C15, yr 20xx, Serial # FTE02605, Located in MRI Loading Dock, Labeled as Gen Set #8.

Attachments/Links
Contact Information
Contracting Office Address
  • 100 EMANCIPATION DR
  • HAMPTON , VA 23667
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 15, 2022 10:24 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 >