Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2014 FBO #4544
DOCUMENT

H -- PM Generators with 4yr option and Load Bank Testing - Attachment

Notice Date
5/2/2014
 
Notice Type
Attachment
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Healthcare System of Ohio;Dayton VA Medical Center;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
VA25014Q0340
 
Response Due
5/23/2014
 
Archive Date
8/30/2014
 
Point of Contact
Adoniss Gibson
 
E-Mail Address
8-6511
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This solicitation VA250-14-Q-0340 is being issued as a Request for Quotation (RFQ), with the intent to award a Firm-Fixed Price contract for services. All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The contract duration is for twelve (12) months, with 4 option years to be exercised unilaterally at the discretion of the Contracting Officer. This requirement is unrestricted-insufficient small business for commercial items under the North Atlantic Industrial Classification System (NAICS) 333611; size standard/$10 million per annum; the following commercial service is requested: A.GENERAL INFORMATION 1. Title of Project: Generator PM & Load Bank Testing Dayton VAMC 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Service request is for One year (to begin in FY2014) with four option years for the Dayton VA Medical Center's Generator PM & Load Bank Testing. All work to be done 8am-5pm Monday through Friday. Contractor to provide all material, labor, equipment and supervision needed to: 1. Service to Load Bank Test (1) one Generator located in Building 411 & (2) two Generators 6 & 7 located in west of Building 330's Cooling Towers. Generator shall be Load Tested at the intervals described: 30% of nameplate rating for 60 minutes, followed by 55% of nameplate rating for 60 minutes, followed by 80% of nameplate rating for 120 minutes for a total of four hours 2. Service to provide all material, labor and supervision needed to PM (18) eighteen Emergency Generators in FY2014 & 19 Generators in FY2015, 2016, 2017 & 2018. Note Bldg. 320's 450 KW Cummins Engine Model No. QSX15-G9 will not be serviced in FY2014. See attached "Generator Schedule" for Generators and Sizes to be P.M. See attached "Generator PM Check List" for work to be performed. 3. Background: Required Annual Generator PM & Testing 4. Performance Period: [Firm-Fixed-Price] The contractor shall complete the work required under this SOW in 30 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor's proposal, the contractor's proposed completion date shall prevail. 5. Type of Contract: Firm-Fixed-Price B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting, or has advised the contractor that a kick off meeting is waived. C. GENERAL REQUIREMENTS 1. For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, along with associated sub-milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan. 2. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. 3. Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within 5 calendar days from the date of receipt. The contractor shall have 5 calendar days to deliver the final deliverable from date of receipt of the Government's comments. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: Generator PM & Load Bank Testing Dayton VAMC 1. Service to Load Bank Test (1) one Generator located in Building 411 & (2) two Generators 6 & 7 located in west of Building 330's Cooling Towers. Generator shall be Load Tested at the intervals described: 30% of nameplate rating for 60 minutes, followed by 55% of nameplate rating for 60 minutes, followed by 80% of nameplate rating for 120 minutes for a total of four hours 2. Service to provide all material, labor and supervision needed to PM (18) eighteen Emergency Generators in FY2014 & 19 Generators in FY2015, 2016, 2017 & 2018. Note Bldg. 320's 450 KW Cummins Engine Model No. QSX15-G9 will not be serviced in FY2014. See attached "Generator Schedule" for Generators and Sizes to be P.M. See attached "Generator PM Check List" for work to be performed. Task One: The contractor shall contact the Electrical Unit Supervisor to schedule all work, provide a detailed work plan and briefing for the VA project team, which presents the contractor's plan for completing the task order. The contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. Deliverable One: A detailed work plan and briefing. E. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES [If applicable] Optional Task One: N/A Optional Deliverable One: F. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations. G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. H. REPORTING REQUIREMENTS 1. The contractor shall provide the PM/TM with monthly [frequency determined by project's duration] written progress reports (original plus 1 electronic copy). These are due to the PM/TM by the second workday following the end of each calendar month, throughout the project's duration. The PM/TM is required to provide monthly progress reports to the Contracting Officer's Technical Representative (COTR) by the fifth workday of the new calendar month. 2. The progress report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. This report shall also identify any problems that arose, along with a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation. I. TRAVEL [If applicable] N/A J. GOVERNMENT RESPONSIBILITIES [If applicable] Access to areas & equipment to be PM &Tested K. CONTRACTOR EXPERIENCE REQUIREMENTS (Standard mandatory language for all task orders) The government will determine on a SR basis what positions are considered key personnel. The contractor shall identify, by name, the key management and technical personnel who will work under this task order at the time the work is being negotiated. If a key person becomes unavailable to complete the SR, the proposed Substitutions of key personnel shall be made only as approved directed by the Contracting Officer and the COTR. The government will not dictate specific experience and education requirements of the employees initially proposed to perform the work stated herein. The contractor shall submit a resume of qualifications for the COTR and all other direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. If, at any time from date of award to the end of the contract, non-key personnel Contractor personnel are no longer available, HES/HIS reserves the right to review the qualifications of the proposed replacement personnel and to reject individuals who do not meet the qualifications set forth in the TLO. Team personnel proposed by the contractor should possess some of the following knowledge and/or skills: The contractor must notify VHA in advance and we will approve or reject proposed contractor key personnel for the performance of this contract. The contractor shall submit a resume of qualifications to the COTR for key personnel and all other direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. If, at any time from date of award to the end of the contract, Contractor personnel are no longer available, the VHA will approve the qualifications of proposed replacement personnel and will reject individuals who do not meet qualifications set forth herein. The contractor must inform the VHA COTR, and Project Manager/Task Manager when personnel are removed from the contract for any reason. The Contractor shall remove any employee from the performance of this contract within five (5) workdays of receiving notice from the Contracting Officer that the employee's performance is unsatisfactory. All Contractor employees are subject to immediate removal from performance of this contract when they are involved in a violation of the law, VA security, confidentiality requirements and/or other disciplinary reasons. "The contractor must inform the VHA COTR, and Project Manager/Task Manager when personnel are removed from the contract for any reason. "If a key person becomes unavailable to complete the SR, proposed Substitutions of key personnel shall be made only if approved by the COTR and Project Manager. "The contractor shall submit a resume of qualifications to the COTR for all direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. L. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. M.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to subcontractor personnel requiring the same access. 1.Position Sensitivity - The position sensitivity has been designated as _________Low Risk_ (Insert High Risk, Moderate Risk or Low Risk.) 2.Background Investigation - The level of background investigation commensurate with the required level of access is ____________ (Insert Background Investigation, Minimum Background Investigation or National Agency Check with Written Inquiries). 3.Contractor Responsibilities a.The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship, and are able to read, write, speak and understand the English language. b.The contractor shall submit or have their employees submit the required forms (SF 86 or SF 85P, SF 85P-S, FD 258, Contractor Fingerprint Chart, VA Form 0710, Authority for Release of Information Form, and Optional Forms 306 and 612) to the VA Office of Security and Law Enforcement within 30 days of receipt. c.The contractor, when notified of an unfavorable determination by the Government, shall withdraw the affected employee from working under the contract. d.Failure to comply with contractor personnel security requirements may result in termination of the contract for default. 4. Government Responsibilities a.The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor, or to the contractor's employees, after receiving a list of names and addresses. b.Upon receipt, the VA Office of Security and Law Enforcement will review completed forms for accuracy, and forward the forms to the office of Personnel Management (OPM) to conduct background investigations. c.The VA Office of Security and Law Enforcement will notify the CO, and contractor, of adjudication results received from OMB. d.Upon being notified about a favorable determination, the CO may issue a notice to proceed to the contractor. Attachment A to the Statement of Work Schedule of Deliverables Deliverable No. OneItem A detailed work plan and briefing for the VA project team Quantity Delivery Date Within ___ calendar days after award Twoetc. GENERATOR/PM CHECKLIST 1. Visually Inspect Radiator/Heat Exchanger for Leaks, Damage and Obstruction 2.Add coolant to Bring the Coolant to it's Correct Level (Max 2 Gals) 3.Inspect Condition of Radiator Cap, Gasket and Sealing Surface 4.Analyze Coolant for Proper antifreeze Percentage - -30 5.Analyze Conditioner SCA Level and add Additional SCA as Needed - 2000 6.Visually Inspect Water Pump and Cooling System Gaskets for Leaks 7.Inspect Flexible Water Connections for Cracking, Leaks and Pliability 8.Re-Torque Hose Clamps 9.Inspect Pulleys for Excessive Wear 10.Inspect Belts for Cracking and Fraying 11.Check Belt Tension 12.Check Jacket Water Heater(s) for Proper Operation and Adjust Thermostat Setting 13.Add Crankcase Oil to Bring the Oil to it's Correct Level (Max 2 Gals) (Change Oil and Filters for Annual PM) 14.Inspect Oil Heater for Proper Operation and Check Thermostat Seals 15.Visually Inspect Front and Rear of Crankshaft Seals and Lubrication System Gaskets for Leaks 16.Record Fuel Level in Main Fuel Tank 17.Stick Main Tank for Water - 0 18.Test Day Tank Pump for Proper Operation and Level 19.Test Day Tank Alarms 20.Drain Water and Sediment From Day Tank (if accessible) 21.Clean or Replace Inlet Filters (during annual PM only) for Day Tank 22.Clean Primary Fuel Filter (if screen type) 23.Drain Water from Water Seperator 24.Operate Fuel Priming Pump and Check for Proper Operation and Leaks 25.Check the Engine's Fuel System for Leaks 26.Inspect Flexible Fuel Lines for Cracking, Leaks and Pliability 27.Check Governor Oil Level and Add Oil as Needed 28.Inspect Steel Fuel Lines for Cracks, Leaks and Proper Line Bracket Support 29.Check and Record Battery Cells Electrolyte Specific Gravity 30.Top Off Electrolyte Level 31.Check and Record Battery Charger Amperage Equ.. Rate: - 8.5 Float Rate: - 5.0 32.Check Battery Charger and Adjust Float Rate for Optimum Battery Performance and Life: Equ. Volts: - 29.6 Float Volts: - 28.4 33.Tighten Battery Cable Connections as Needed 34.Clean and Apply Corosion Inhibitor to Terminals of Only Lead Acid Batteries as Needed 35.Inspect and Tighten Starter Motor Connections and Wiring 36.Inspect Flexible Exhaust Coupling for Cracks and Excessive Leakage 37.Visually Inspect Exterior of Exhaust Manifolds for Oil or Fuel Slobbering (signs of wet stacking) 38.Inspect Exhaust Rain Protection and/or Exhaust Outlet Screening 39.Drain Water in Exhaust Moisture Traps 40.Inspect Exhaust Manifold(s) for Broken or Missing Hardware 41.Inspect Air Filters for Plugging and Deterioration 42.Test Air Cleaner Indicator 43.Check All Air Intake Piping for Damage and Loose Connections 44.Inspect Turbocharger for Seal Leakage and Excessive End Play Clearance (if accessible) 45.Perform an Operational Check of Illumination and Safety Lamps 46.Check for and Tighten Loose Terminals on the Generator Set and Generator Control Panel 47.Check Tightness of Relays in the Generator Control Panel 48.Inspect for Excessive Dirt Accumulation in the Control Panel and Clean as Needed 49.Inspect air Cleaner Seal for Pliability and Sealing 50.Check Rotor Air Gap for Correct Clearances 51.Inspect rotor and Stator for Damage and Excessive Oil and/or Dirt build Up 52.Inspect Coupling and Guards for Loose or Missing Parts 53.Check Tightness of Generator Leads and Voltage Regulator Control wiring 54.Strap and Tape any Wiring or Generator Leads that Have rubbing or Worn Insulation 55.Inspect Brushes and Slip Rings or Rotating Rectifiers 56.Clean and Adjust Voltage Droop Potentiometer 57.Clean Crankcase Breather, Inspect Hose and Connections 58.Lubricate Fan Drive with Caterpillar Bearing Lubricant (annual PM only) 59.Lubricate Governor Linkage with Caterpillar Bearing Lubricant (annual PM only) 60.Lubricate Generator Bearing with Caterpillar Bearing Lubricant (annual PM only) 61.Inspect Generator Set Vibration Isolators and Adjust as Needed 62.Make a Walk Around Inspection of Complete Installation 63.Check for Unit On-Line Capability in Less Than Ten Seconds 64.Check and Record Battery Voltage Dip Level During Overcrank Test for Minimum Voltage Required to Maintain Controls During Starting - 22.1 65.Check for Proper Cranking Termination Upon Starting 66.Check Proper Operation of Engine and Generator Instruments with Generator Running 67.Adjust Governor Control for Optimum Performance and Frequency - 60.0 68.Adjust Voltage Regulator for Proper Voltage - 482 69.Record Field Voltage During Generator No-Load Run for Base Line 70.Check and Record Alternator Voltage with Engine Running 71.Check for Abnormal Noise or Vibration 72.Check for Abnormal Exhaust Characteristics with Engine Running (signs of wet stacking) 73.Check for Proper Operation of Remote Fan Motors, Thermostats, Circulating Pumps, and Solenoid Valves 74.Check Inlet and Discharge Louvers for Proper Operation with Engine Running and Stopped 75.Check for Excessive Crankcase Blow-by with Engine Running 76.Re-Check Oil Level with Engine Running 77.Re-Check for Leaks with Engine Running 78.Test Auto-Start System 79.Test Safeties and Prealarms on Control and Annunciator Panels 80.Take Oil Sample (after operational checks) for Caterpillar S.O.S. Program 81.Rest All Controls to Automatic 82.Set Circuit Breaker to Correct Position 83.Check Fuel Valves for Correct Position 84.Check Voltage Regulator is ON and NOT Tripped 85.Check Battery Charger is ON 86.Check Day Tank Controls are ON 87.Check Remote Radiator Fan Controls are ON 88.Check Auxiliary Water Pump Controls are ON 89.Check Jacket Water Heater(s) are ON 90.Check Louver Controls are ON
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/VA25014Q0340/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-14-Q-0340 VA250-14-Q-0340_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1344784&FileName=VA250-14-Q-0340-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1344784&FileName=VA250-14-Q-0340-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Dayton VA Medical Center;4100 West Third Street;Dayton, Ohio
Zip Code: 45428
 
Record
SN03355491-W 20140504/140502234249-a2f136c56ccae9f87336fbd7195d1a46 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.