Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2021 SAM #7105
AWARD

J -- Perry Point Generator PM and Load Bank Testing IDIQ (5/1/21- 4/30/26)

Notice Date
5/13/2021 9:50:44 AM
 
Notice Type
Award Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24521Q0181
 
Archive Date
06/12/2021
 
Point of Contact
Keysha.Gorman74@va.gov, Keysha Gorman, Phone: 410-637-1513
 
E-Mail Address
Keysha.Gorman74@va.gov
(Keysha.Gorman74@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Award Number
36C24521D0073
 
Award Date
05/03/2021
 
Awardee
CYNWAVE SOLUTIONS, LLC EVANS 30809
 
Award Amount
99546.00000000
 
Description
STATEMENT OF WORK PROJECT TITLE: PM/ Load Bank Test for Generators and affiliated accessories A. Brief Justification: The Contractor, shall provide all personnel, management, material, parts, equipment, supplies, labor and transportation in performing Load Bank testing, preventive maintenance, inspection and service calls on all 24 diesel generators located at the Perry Point Veterans Affairs Medical Center, Maryland in accordance with all terms and conditions of this contract. This contract shall cover maintenance inspections and other service calls as required to keep the equipment functioning properly. All necessary preventive maintenance shall be performed in accordance with the manufacturers' schedule and recommendations. Any necessary repairs will be performed with minimal impact to hospital operations. Contractor will provide labor, materials, and expertise to repair of all the generators located at Perry Point. The contractor will accomplish the tasks to include: 24 Generators of varied rating and sizes per Perry Point Generators listed in this contract. Contractor will offer a planned preventative maintenance program to reduce the probability of operational failure and maximize equipment life expectancy. Plan will contain but not be limited to annual load bank testing, annual and semiannual inspections, changing of oil and filters and testing of oil and antifreeze. Awarded vendor will offer under this program periodic inspections and essential lubrication, adjustment, and repair or replacement of components as required. Vendor will use only personnel trained and experienced in diesel generators operating devices to perform work. This program will cover the diesel generators and associated operating equipment listed herein. (Attached) Awarded Vendor will perform periodic inspections on all equipment listed and will provide a written report to the Perry Point VA Medical Center's Electric Shop Supervisor within 10 days of inspection. Upon acceptance of this acceptance of contract the Awarded Vendor will render the services listed below to the listed equipment as follows: Period of Performance: Base: 4/1/2021-3/31/2022 $99,546.00 Option Year 1: 4/1/2022- 3/31/2023 $99,546.00 Option Year 2: 4/1/2023- 3/31/2024 $99,546.00 Option Year 3: 4/1/2024- 3/31/2025 $99,546.00 Option Year 4: 4/1/2025- 3/31/2026 $102,532.00 All listed equipment will be given a 1st_ inspection during regular business hours within 30 days of contract signing. Any needed repairs will be reported to the Electric Shop Supervisor. After 1st. inspection vendor will set up schedule for annul load bank testing which will be conducted under industrial standards. Load Bank testing must be complete by March of this year. 3. Load Bank testing will be performed on all generator equipment listed and must be completed by the end of March. 4. All Generators will have annual PM preformed on them as per industrial standard. However, all generators will have oil and fuel filters changed as well as oil changed annually. Air filters will be checked and replaced as needed. Antifreeze will be service under industrial standards. These standards must be presented to the VA before contract is awarded. Vendor must assure that all of its personnel performing services pursuant to this contract shall be trained for the services they perform and that all parts and materials installed pursuant hereto shall be new and suitable for the use intended. All employees of awarded vendor must have safety training and be up and certified on OSHA 10-hour training. One employee per team must have completed the 30-hour OSHA training. B. Because the generators are critically important to the hospital the following must be included in any contract for this service. Emergency Calls 24/7 with a 4-hour response time from notification. Repair quotes shall be provided based on hourly rates provided but shall be awarded on a fixed price basis. Awarded Vendor will clean, lubricate, calibrate, test and replace faulty or worn parts and/or parts which are likely to become faulty, fail or become worn, repair or adjust components, or assemblies of components as necessitated by wear, tear, damage, or failure of parts, returning the equipment and/or instrument to the operating condition defined in the manufacturer's specifications within a reasonable and time frames. Any work the Contractor is required to accomplish due to unsatisfactory performance or nonperformance in accordance with the stated quality and level of effort specified in the contract terms. Rework will be performed at no additional cost to the Government. The Contractor will contact the COR to schedule any service, testing or PM at least seven (7) calendar days prior to the proposed date. Schedule changes required by the Government, after approval, shall be made at no additional cost if notice is provided to the Contractor five (5) calendar days or more prior to the scheduled date of accomplishment. C. EQUIPMENT COVERED 20 fixed Generator, 4 mobile Generator per the Perry Point Generator list attached. It will be inspected during regular business hours at least (2) time(s) each year while this agreement remains in effect. This contract does not include sales tax and environmental fee. These inspections will include: Spark plugs, ignition contact points, belts and condenser to be cleaned and adjusted or replaced when necessary. (Gas or gasoline fueled only. Contractor shall properly dispose of all used lubricants and used unserviceable parts. Timing to be checked and set when necessary. All fuel filters and sediment bowls to be cleaned or replaced as required. Check entire equipment for fuel, oil or coolant leaks. Check condition of batteries and report findings. Check air filter. Check coolant level and anti-freeze protection and change or top. Properly dispose of any fluids off station Check all hoses and belts for wear. Check automatic transfer switch for proper operation. Check all instruments for proper operation. Instruct proper personnel, if such personnel are available and present, on operating and upkeep procedures, between regular calls by Curtis Engine & Equipment, Inc. personnel. Simulate engine safeties for proper operation. After all the above, run generator set and conduct test (Under building load when practical). Pricing assumes generator is easily accessible from the service truck. Change oil and oil filters annually, oil analyzed before change. Diesel Fuel quality test analyzed in both main and day tanks annually. Provide test reports from an approved independent laboratory that meets NFPA 110, Chapter 8, using tests approved by ASTM standards. Laboratory s credentials are to be provided with test results prior to scheduling Load Bank Testing. 4-hour load bank test, annually. All documented test results in this contract shall be provided in a compatible comprehensive electronic format useable by owner. The cost of the following materials, along with labor and transportation to install will be included in the contract price: Misc. Lubricants Misc. Fasteners and parts Cleaning supplies Provide a work ticket outlining services performed, and material used. This information will be delivered to the Electric Shop Supervisor or designated representative for prior approval and for inspection at the end of repair. Personnel will have a minimum of 3 years' experience related to this work and provide 3 references. Provide sufficient supplies, tools, and equipment to perform all requirements of this contract. Document and make available to F&ES, all operational and technical documentation such as operational and schematics, and parts lists which are necessary to meet the performance requirements of this contract. Personnel needing access to the Department of Veterans Affairs' facilities will comply with any and all security checks including, if needed fingerprinting, background checks, etc. Comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive -12 (HSPD-12), Office of Management and Budget (0MB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. Establish and maintain a Quality Control Program that ensures that all requirements for the contract are provided as specified. All maintenance inspections will include testing unit speeds and quality of performance, analysis of generator testing for proper electrical functions, tightening of all electrical and mechanical connections, necessary lubrication of mechanical parts and inspection and repair of accessories. SERVICE CALLS to keep the equipment functioning properly will be performed as necessary upon request of the customer. For Bidding purposes include costs of (20) emergency service calls, (10) calls for after-hours/weekend service, and (10) calls for business hour emergency service Provide itemized cost per call in proposal Service call should be based on an 8 manhours of service Allow for $500 dollars of parts per service call, with no more than 15% mark-up on contractor cost of parts. If the quantity of material costs or service calls are required during the duration of a contract year varies from this amount, the difference will be deducted or added to the contract as appropriate by the contracting officer ALL INSPECTIONS and calls will include the repair or replacement of parts as necessary or as indicated by the maintenance procedures. A service inspection report will be filled by the servicing technician and a copy given to the Electric Shop Supervisor. IN THE EVENT that improper equipment operation or safety hazard is found Vendor's representatives will bring it to the attention of and a definite recommendation made to the appropriate maintenance and/or management personnel. Perry Point VAMC Electrical Supervisor Facilities and Engineering Service Building 18H Perry Point, Maryland 21902 Telephone: (410) 642-2411 extension 25145 Alternate POC Supervisory Facilities Engineer Facilities and Engineering Service Building 101 Perry Point, Maryland 21902 Telephone: (410) 642-2411 extension 25217 Perry Point Generator Inventory l. Generator 19H 277/480 volt 230KW 2. Generator 20 PS 277/480 volt 135KW 3. Generator 23H 277/480 volt 300KW 4. Generator 311 120/208 volt 230KW 5. Generator 315 277/480 volt 310KW 6. Generator 324 120/208 volt 75KW 7. Generator 325 120/208 volt 300KW 8. Generator 326 120/208 volt 200KW 9. Generator 327 120/208 volt 200KW 10.Generator 329 120/208 l00KW I I. Generator 321A 4160 Volt 2000KW 12.Generator 321B 4160 volts 2000KW 13.Generator 333 120/208 volt 200KW 14.Generator 344 120/208 volt 200KW 15.Generator 361 277/480 volt 350KW 16.Generator 365 277/480 volt 275KW 17.Generator 360 120/208 volt 200KW 18.Generator Port1 Multi tap l00KW 19.Generator port2 120/280 volt 40KW 20.Generator port3 Multi tap 200KW 21.Generator port4 Multi tap 200KW 22.Generator 17H 4160 volts 450KW 23. Generator Bldg. 103(A) 277/480 280 KW 24 Generator BLDG. 103 (B) 277/480 280 KW GEN. BLDG# BLDG SERVED GENSET MODEL ENG/GEN MODEL CAPACITY INSTALL YR 17H 17H MTU 450SXCDT3 Detriot 6063HV35 / Magna Max 573FSM5038 450kW / 562.5kVA 2009 19H 19H John Deere 6090HF485 / MTU 230RJC6DT3 230kW / 288kVA 2010 20 PUMP  STN. 20 MTU 4R0120 DS100 Mercedes Benz OM924LA / MTU 362CSL1606 100 kW / 125kVA 2019 23H 19H, 23H Cummins KTA19G51 / Cummins 502FDR7022JJW 300kW / 375kVA 1985 103A 103 MTU 6R1600 DS250 MTU 6R1600 / Marathon 432PSL6210 280 kW / 312 kVA 2019 103B 103 MTU 6R1600 DS250 MTU 6R1600 / Marathon 432PSL6210 280 kW / 312kVA 2019 311 311 Cummins LTA-10 G1 / Onan 230DFAB 230kW / 288kVA 1994 315 315, 321 Cummins KTA19G52 / Cummins CC534C 310kW / 388kVA 1988 321A 321 Kohler 2000REOZMB Mitsubishi PS8A-HL-23-R8 /Kohler 7M4374 2MW/ 2.5kVA 2012 321B 321 Kohler 2000REOZMB Mitsubishi PS8A-HL-23-R8 /Kohler 7M4374 2MW/ 2.5kVA 2012 324 3H, 4H, 5H, 20H? Lima 2834-0810 /Cat 3304 PC  75kW / 94kVA 1983 325 1H, 2H, 17H Cat 3412 DI / Lima 3151-0817 300kW / 375kVA 1979 326 13H, 14H Lima 3152-0815 / Cat 3406 200kW / 250kVA 1982 327 24H, 25H Lima 90U4581 / Cat 3406 200kW / 250kVA 1982 329 22H Cat 3306 PC / Lima 2834-0812 100kW / 125kVA 1982 333 20H John Deere 6068 HFG85 /Kohler 200REOZJFX 200kW / 250kVA 2013 344 9H, 314 Lima 3152-0815 / Cat 3406 200kW / 250kVA 1982 360G Fire / Police / CU Detroit 70837305 /  Magna 1 500FDR8036GG-L500 200kW / 250kVA 1984 361 361 Cummins NTA-855-G3 / Onan 350DFCC 350kW / 437.5kVA 1993 365 364 Hino 13.3L / Generac 98A06331.5 275kW / 343.7kVA 1999 Portable 1 N/A Doosan G145 John Deere 4045HF485 / Leroy Somer 100kW 2018 Portable 2 N/A Kohler 40REOZT Mitsubishi S4S-Y-3DT61SD / Leroy Somer LSA432S25 40Kw 2018 Portable 3 N/A Kohler 200REOZT John Deere DD22010 / Leroy Somer LSA462M5 200Kw 2018 Portable 4 N/A Kohler 200REOZT John Deere 6068HFS89 / Leroy Somer LSA462M5 200kw 2018
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/18a530c2b45a44588e940495448dc260/view)
 
Place of Performance
Address: Department of Veterans Affairs VAMC 10 N Greene St, Baltimore 21201
Zip Code: 21201
 
Record
SN06000349-F 20210515/210513230115 (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.