Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2020 SAM #6910
SOURCES SOUGHT

J -- Generator Testing Walla Walla

Notice Date
10/28/2020 2:20:45 PM
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021Q0005
 
Response Due
11/4/2020 8:00:00 PM
 
Archive Date
11/19/2020
 
Point of Contact
Robert.Giard@va.gov, Robert Giard, Phone: 360-816-2767
 
E-Mail Address
Robert.Giard@va.gov
(Robert.Giard@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE VA IS NOT SEEKING PRICING OR OFFERS. The Department of Veterans Affairs, VISN 20, in support of the Walla Walla VA Healthcare Center, is performing market research to compile data regarding: (1) The availability and capability of qualified small business concerns; (2) Identify if there are sufficient number of qualified Service-Disabled Veteran-Owned Small Business, Veteran Owned Small Business, HUB Zone 8(a), Women-Owned Small Business, or Small Disadvantaged Business, Small Business concerns relative to the subject North American Industry Classification System (NAICS) code. Responses to the information requested will assist the Government in determining the appropriate procurement method, including any set-aside decision. Respondents should clearly describe their capabilities to include management experience, equipment and personnel or the ability to obtain them. Furthermore, interested sources must also meet all requirements of Federal, State, and Local Municipal codes regarding operations of this type service. The NAICS code assigned is: 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance The small business size standard is $8.0 Million. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the Walla Walla VA Healthcare System to use the information gathered for market research purposes only. DESCRIPTION OF THE REQUIREMENT: Contractor shall provide annual performance of emergency generator testing as required by NFPA 110 Services for The Walla Walla VA Health Care System. There are currently eight diesel electric generators on the VAWW campus which have insufficient connected load and require annual testing with a supplemental load bank. The following generators shall have supplemental load bank tests performed annually under this contract: Location Building Voltage Rated KW B86 208 250 B143 Outpatient Clinic 480 600 B78 Theater 208 90 B76 Boiler Plant 208 260 B80 208 200 B140 RRU 480 150 B145 Specialty Care Clinic 480 175 B74 480 150 VA Walla Walla conducts monthly generator testing on the third Monday of every month. The contractor shall likewise perform generator testing on the third Monday of April, unless a different date within 20 days of the specified date is agreed upon in advance with the contracting officer s representative (COR). The contractor shall proactively maintain the generator testing schedule for compliance with NFPA 110 Chapter 8. Each generator shall be exercised annually for a minimum of 30 minutes at not less than 50% of the nameplate load for 30 continuous minutes and not less than 75% of the nameplate rating for 60 continuous minutes for a total test duration of not less than 90 continuous minutes. Once every 36 months from the dates listed above in the Previous Triennial Test Date column, the contractor shall perform an extended annual load bank test, with supplemental load bank provided to achieve 30% of the nameplate load for 180 continuous minutes and 75% of the nameplate load for an additional 60 minutes, for a total test duration of not less than 240 minutes (four hours). The contractor shall provide a full test report to the COR within 7 calendar days of any test performed. The contractor shall proactively contact the COR 30 days prior to test due dates and confirm the intended schedule. While on site to perform generator testing, the contractor shall perform all NFPA 110 required weekly inspections of the diesel generators and appurtenant components. An inspection report with any applicable recommendations for repair or adjustment shall be submitted with the test report. Incomplete or missing test reports will serve as a basis for withholding payment under the contract until such time as the full report is supplied. The projected performance period consists of: One base year with up to four (4) option years. These dates may be adjusted based upon actual date of award. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1. Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size i.e. SDVOSB, VOSB, 8A, etc., and DUNS Number. Proof of SAM (formerly CCR) Registration and Vet Biz registry (if applicable) is highly desirable. 2. A brief capability statement demonstrating past performance with relevant contract services in Prime Contractor role (no more than 2 pages, 8.5 X 11). 3. Please provide the following information as an attachment to your response: Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each. Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner? Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company. Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. After review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Opportunities website (https://beta.sam.gov/). Submit Capability Statements to: Department of Veterans Affairs, VISN 20 Attn: Robert Giard, no later than 3:00 PM (PST), October 30, 2020. Responses must be submitted via e-mail to: Robert.Giard@va.gov. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6fa1f9d75a62442f9e01dffcd6981ab8/view)
 
Place of Performance
Address: Department of Veterans Affairs Walla Walla VA Medical Center Jonathan M. Wainwright Memorial VAMC 77 Wainwright Drive, Bldg 80, Walla Wala, WA 99362, USA
Zip Code: 99362
Country: USA
 
Record
SN05840393-F 20201030/201028230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.