Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2021 SAM #7165
SOURCES SOUGHT

J -- Little Rock AR VAMC Cummings Generator Preventive Services

Notice Date
7/12/2021 10:39:29 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621Q1385
 
Response Due
7/23/2021 8:00:00 AM
 
Archive Date
08/07/2021
 
Point of Contact
Andrew Misfeldt, Contract Specialist, Phone: (479) 443-4301 ext 66194
 
E-Mail Address
andrew.misfeldt@va.gov
(andrew.misfeldt@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for quote (RFQ) and it does not obligate the Government to award a contract. Request for a solicitation will not receive a response. The purpose of this sources sought announcement is for market research to make the appropriate acquisition decisions and to gain knowledge of potential qualified sources and their Small Business Administration (SBA) size classifications in relation to North American Industry Classification System (NAICS) 811219. The Department of Veterans Affairs, NCO 16 is seeking a source to perform Cummings Generators Preventative services as outlined in the draft Statement of Work. All interested parties who can to perform Cummings Generators Services shall provide a written response to this notice to include the following: Company name Address Point of Contact Phone Number DUNS Number Cage Code Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. DRAFT STATEMENT OF WORK Generator Service Contract 1.0 INTRODUCTION 2.0 PROJECT LOCATION 3.0 SCOPE OF WORK 4.0 GENERAL REQUIREMENTS 5.0 SPECIFICATIONS 6.0 SUBMITTALS 7.0 PERIOD OF PERFORMANCE 8.0 HOURS OF OPERATION 9.0 KEY PERSONNEL 10.0 TYPE OF CONTRACT 11.0 COR AUTHORITY 12.0 CONTRACT AWARD MEETING 13.0 CHANGES TO REQUIREMENT 14.0 TRAVEL 15.0 WARRANTY 16.0 COMPLIANCE WITH APPLICABLE LAWS AND REGULATIONS 17.0 SPECIAL CONSIDERATION APPENDIX SECTION CAVHS Generator Information Table-2 1. INTRODUCTION The Eugene J. Towbin Healthcare Center & John L. McClellan Memorial Veterans Hospital (CAVHS) have a requirement for inspection and preventive maintenance services for Emergency backup generators in accordance with Attachment A, VHA Directive 1028 Electrical Power Distribution Systems and all applicable NFPA (National Fire Protection Association), Joint Commission, Federal, State and Local regulations. These facilities do not currently have a service contract in place and must ensure operational continuity is maintained during power outages. 2. PROJECT LOCATION This project is located in Eugene J. Towbin Healthcare Center North Little Rock, AR & John L. McClellan Memorial Veterans Hospital Little Rock, AR. (CAVHS) 3. SCOPE OF WORK The contractor shall furnish all labor, supervision, materials, tools, Original Equipment Manufacturer (OEM) parts and any specialized test instruments to perform Annual Preventive Maintenance (PM) on the VA Healthcare Centers Diesel Generators and Automated Transfer Switch (ATS) to maintain equipment within OEM standards. The Healthcare Center has forty four (44) ATSs, and thirteen (13) Emergency/Stand-by Generators in accordance with requirements for standby generator testing, Attachment A, VHA Directive 1028 Electrical Power Distribution Systems and all applicable NFPA (National Fire Protection Association), Joint Commission (JCAHO testing), Federal, State and Local regulations. Contractor shall perform annual laboratory fuel testing of all standby generator underground/above ground fuel supply tanks and send testing report to COR (Contracting Officer Representative) per Section 4, General Requirements below. Fuel shall be tested to all NFPA 99 and NFPA 110 standards and in accordance with VHA Directive 1028 and Joint Commission requirements and any other Federal, State and Local regulations. Contractor shall visually check general condition of the EPPS (Electrical Power Supply System) and note any unusual condition or vibration, leakages, noises, temperatures, or general deterioration of overall system. Any discrepancies shall be noted and be included as a contract deliverable per Section 4, Reporting below. Contractor shall check operation of day tank, to include, operational test of day tank float switch, transfer pump operation, solenoid valve operation (if so equipped) and inspection of all fuel lines and fuel line connectors for indication of wear or fuel leaks. Contractor shall restore system to automatic operation upon completion of all required testing services. If repairs are needed outside of the annual maintenance, the contractor shall coordinate any additional services with the COR before any repairs are made. If any discrepancies are found with the generator system that are not covered under this scope of work, then the contractor must provide the following: Detailed report noting the discrepancy found. Bill of Materials (BOM) to include component name, quantity, part #, and price for any repair material required and material lead time. Price quote for repair labor. Any changes to this PWS (Performance Work Statement) shall be authorized and approved only through written correspondence from the Contracting Officer in coordination with the Contracting Officers Representative. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Notwithstanding, the Contractor shall perform no additional work without the prior written authorization of the Contracting Officer. Any additional work, which may be performed by the Contractor without this approval, will be performed by the Contractor at no additional cost to the Government. This contract includes: Emergency and Non-Emergency Service Calls for any of the generators that have problems preventing the supply of stable and reliable Emergency Power in the event of the loss of Normal Power. Service contract should respond to emergency service call within 2hrs. Annual PM of Emergency/Standby generators per Table-1 ATSs Maintenance and Inspection per Table-1 Fluid laboratory testing Replacement of maintenance free batteries on generators & generator controls/Switch Gear as needed and per Table-1 Replacement of radiator coolant, hoses, belts, engine thermostat as needed and per Table-1 The installation of fuel meters on each generators supply and return lines (as needed). Annual testing of all generator remote annunciators (ie: Police Dispatch, Boiler/Mechanic Shop) 4. GENERAL REQUIREMENTS The Contractor shall provide all labor, parts, equipment, tools, supplies, transportation and supervision necessary to provide testing in accordance with requirements for ATS and emergency/standby generator testing, Attachment A, VHA Directive 1028 Electrical Power Distribution Systems and all applicable NFPA (National Fire Protection Association), Joint Commission (JCAHO testing), Federal, State and Local regulations. The contractor shall: Have All Service Technicians certified to work on Cummins Generators or any other generator brand we have on location Obtain all other necessary licenses and/or permits required to perform all work under this contract. All technicians performing work under this contract shall have completed at the minimum OSHA 10-hour safety training and CAVHS Safety video. Maintain an adequate supply of commonly used spare parts Use genuine OEM parts Produce a computer-generated report within 10 calendar days of the completion of the scheduled maintenance. The contractor will submit a proposed format for the report to the COR for approval within 10 calendar days of award of this contract. The report shall document the tasks completed for each generator unit, ATS along with an analysis of the inspections completed for each generator unit and ATS. The ATSs and generators shall be maintained in accordance with the requirements of the NFPA 99, 110 Standard for Emergency and Standby Power Systems. All services for this contract must meet manufacturer's performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JCAHO), and VA Regulations (VA 1028, Electrical Directive, latest edition). Contractor is responsible to replace any items damaged by the contractor, sub-contractor, their employees, or equipment at no extra charge to the Government. Contractor personnel shall conduct their work in a manner that does not interfere with the normal functions of the facility and will stop work if asked by the CO/COR as required if interruptions do occur. The Contractor is responsible for supplying, completing, and submitting all reports required or requested by any additional Federal, State, or local codes as they pertain to any work performed under this contract. No hot electrical work shall be performed. Any electrical work that requires any interruption in electricity must be coordinated with the COR, maintenance mechanic and the facility electrician supervisors. All OSHA (Occupation al Safety and Health Administration) and Facility lockout/tagout procedures shall be followed. Annual Emergency/Stand-by Generator PM service All inspection and testing shall be performed in accordance with manufacturer s recommendations. The Contractor shall conduct, at a minimum, annual inspections of generators and generator controls systems. Deficiencies discovered during inspection shall be corrected by the contractor. Inspections that are conducted as part of preventative maintenance program shall be completed by the contractor and adhere to the directives noted herein. The maintenance contractor shall tag the tested devices after the inspection and safety tests have been performed and certified. Tags shall include, at a minimum: the date of the inspection, the name of the inspector, the frequency of the inspection. The tag shall be clearly identifiable and shall in no way hinder the operation of the equipment. The Contractor shall provide a systems check list that shall demonstrate the state of the line items, actions taken against the line item, final state upon completion of inspection. The list shall include, at a minimum, the following subdivisions: Battery & Battery Charger System Check battery charger functions Cable connections, termination cleanliness and security Ensure to only have Maintenance Free Batteries Battery Conductance Test Fuel System Inspect main tank/day tank fuel level and drain condensation from day tank Inspect day tank controls and pumps. Test operate day tank controls (where available) Inspect all fuel hoses, clamps, pipes, components, and fittings Inspect governor linkage Visually inspect rupture/containment basin Water I~ Fuel Test - Sub-base, day tanks Fuel sample for laboratory analysis Engine Cooling System Inspect all hoses and clamps for leaks, coolant level and condition Inspect radiator cap and filler neck condition Inspect drive belts, observe alignment and deflection Observe coolant heater operations Utilize DCA test strip to record coolant properties Inspect radiator surfaces, shrouds, and barriers for obstruction Visually inspect low temperature after cooler coolant Engine & Lubrication System Inspect lubrication system (visually check oil level) Inspect crankcase ventilation system Inspect spark ignited ignition system Oil sample for laboratory analysis Clean engine crankcase breather Check and adjust all linkages Intake/Exhaust System Inspect air cleaner element and entire intake system Inspect exhaust system and rain cap · Inspect louver operations Generator Controls & Power Connections Visually inspect all engine mounted wiring, senders, and devices Visually inspect all control mounted components and wiring Lamp test all lights and indicators Visually inspect breaker and power connections Manually operate generator main breaker(s) open and closed* Generator Operations Start and observe generator and equipment operations Verify engine and generator safeties tor proper operation System test with or without load Automatic Transfer Switch (Paralleling Switchgear, Bypass Switchgear, Manual Transfer Switches) Visually inspect all power and control wiring Visually inspect switch mechanism and enclosure Visually inspect controls and time delays settings Verify function of exercise clock FULL PM SERVICE (INCLUDES INSPECTION MENTIONED ABOVE) Operational & Functional Review of Generator Critical Components Inspect engine cooling fan & fan drives for excessive wear or shaft wobble Check all pulleys, belt tensioners, slack adjusters & idler pulleys for travel, wear & overall condition Inspect/lubricate drive bearings, gear or belt drives, love joy and other shaft connecting hardware Lubrication Oil and Filtration Service Change engine lubrication oil Change primary lubrication and bypass filters Change coolant and fuel filters Post lube service operation of genset (unloaded) at rated temperature The contractor will email digital test documentation to COR/ACOR within 10 calendar days after completion of the annual PM service. (This can be sent with alongside with annual Load Bank test if done in the time frame.) Re-Testing of Generators This PWS and contract calls for the annual maintenance and testing of generators. As such, there will be instances where a re-testing of generators will need to be done when generator goes out of service, is repaired, and brought back into service. Contractor shall provide re-testing upon written notification from TPOC within five (5) business days after written notice. Cost for re-testing shall not exceed cost established price/cost schedule of contract. Annual Load Bank Testing Contractor will provide all supervision, load banks, tools, cables and connections, materials, equipment, labor, and technology to perform annual Load Bank testing on the Medical Center s emergency/stand-by generators. There are two (2) types of Annual Load Bank tests, as follows: One and a half (1-1/2) continuous hours load bank test in the following intervals: 50% of name plate rating for 30 minutes, followed by, 75% of name plate rating for 60 minutes. Four (4) continuous hours load bank test in the following intervals: 30% of name plate rating for 30 minutes, followed by, 50% of name plate rating for 30 minutes, followed by, 75% of name plate rating for 3 hours. Contractor shall provide, to the COR after completion of work, at the minimum, the following deliverables: A. The following information, which shall be recorded, during each increment of testing as defined in Section 1, Part B, Line Items 1 through 3 and Section 1, Part C, Line Items 1 through 3. Building Number and Identification of generator tested (e.g. Generator #1) Date generator was installed/placed in service Generator standby nameplate rating in kW 30% of generator standby nameplate rating in kW Identification of ATS(s) used to initiate the test ATS transfer time (0 to 10 seconds)*** Fuel type and normal operating temperature of generator Date of Test Elapsed test time (support with hour meter start , stop , and run times) Oil Pressure during test Operating Water Temperature during test Exhaust Gas Temperature during test, if applicable (Infrared Reading Ahead of Turbocharger) Cycles (RPM/Hz) Volts (Voltage Regulator Stability, and Voltage Regulator Droop [no load voltage, full load voltage]) Engine Loading (AMP Meter) under test Engine Hour Meter at Stop Signature or Initials of Technician Performing Testing Time delay for cooldown (minimum 5 minutes required) Identification of unsatisfactory conditions and corrective action taken (including parts replaced) *Note: NFPA 99(12), Sec. 6.4.4.1.1.2 specifies that the 10-second criterion does not apply during the monthly testing of the generator. This provision, new to the 2012 edition of the standard, recognizes that additional time may be needed during normal monthly testing to allow for paralleling with normal power. It is important to note that, if the 10-second criterion is not met during the monthly test, a process must be provided to annually confirm the capability of the life safety and critical branches to comply with the requirement in NFPA 99(12), Sec. 6.4.3.1 that power be restored within 10 seconds after interruption of normal power. Most health care facilities experience a power outage at least once a year. As a suggestion, a facility could record the transfer time during an actual outage and use that documentation to confirm compliance with Sec. 6.4.3.1. B. Contractor shall provide COR with results of annual iv. The contractor will email digital test documentation to COR/ACOR within 10 calendar days after completion of the testing. Documentation will include: the time of day, weather, generator load and any other data as required by NFPA 110. ATS Inspection and Maintenance Contractor shall provide all supervision, tools, cables and connections, materials, equipment, labor, and technology to perform annual ATS inspection and Tri-annual ATS In-Depth Maintenance & Inspection per Table 1. Infrared testing will be done annually on transfer switches to check for loose connections. Battery Replacement Services Maintenance and Inspection Contractor Battery services shall be performed during Base Year for all generators and generator controls/switch gear batteries per Appendix A, Table-2. Inspect all Batteries and determine the battery age and if Maintenance Free battery Replacement of batteries for Maintenance Free Batteries will be done primarily by VA employees but it can be requested for contractor to be done to assist due to workload. Battery replacement shall be of the same quality, type, and size as the current (existing) batteries, or approved equal by the VA TPOC. Ensure batteries are maintenance free. Maintenance free label must be included on batteries. If existing batteries are not marked maintenance free replace with maintenance free when replacement is needed. Maintenance free batteries shall be replaced every ~30 months from Base Year. Facility Security Requirements All Contractor FST s (Field Service Technician(s)) shall obtain contractor ID badges from the COR. Identification shall be worn, visible always by the Contractor and all Service technicians while on premises. Contractor shall coordinate with COR to acquire said identification badges. During normal working hours of operation, Monday through Friday, the contractor shall check in with the COR when arriving on campus to perform work and check out with the COR when workday is complete. Check-in and check-out can be either in person or with a phone call and will be left to the discretion of the COR. Risk Control The Contractor shall take all necessary precautions to protect government property and shall repair any damage caused by their efforts at no extra charge to the Government. All work affecting patients shall be coordinated in advance by the Government and the Contractor to have minimal impact on VA patients and employees. CONTRACTING OFFICER S REPRESENTATIVE (COR): Scheduling of work shall be arranged with at least one, or all the Point of Contacts below and in the following order: contract COR, contract ACOR (Alternate Contracting Officers Representative) or CAVHS Maintenance Mechanic(s). TBD Reporting Submission of all PMs, Load Bank Tests, Maintenance/Inspection reports per agreed format with COR and in accordance with NFPA-110. Non-PM Repairs. Contractor must furnish a detailed field service report, showing work completed, listing all repairs and/or repair parts (if applicable) used to maintain operating efficiency per manufacture specifications of the equipment. The service report shall be sent via email to COR/ACOR. The service report from the contractor must contain, at a minimum, the following information: Date and time of completed equipment repair, Type, model, and serial number of the equipment on which maintenance was performed, Total time spent performing maintenance, Detailed narrative description of the maintenance action required, Complete list of parts replaced, Comments as to the cause of the malfunction when applicable Contractor shall provide COR/ACOR with results of annual laboratory testing of oil/fuel in all standby generator, above ground and below ground fuel tanks. Above information shall be provided to the COR in digital format and within 10 days upon completion of testing. SERVICE REPRESENTATION AND RESPONSE TIME The maintenance contractor shall have a 24 x 7 x 365 on-call system and have direct or authorized facilities located within our local commuting area. There shall be a toll-free number for 24-hour service requests. Calls for service will go to a live representative and will not be automated. Service provider shall maintain an on-call system of mandatory escalation to management. Initial response (telephone) to a call for service shall not exceed 1 hour. Emergency Services shall have a qualified service technician on site at VA Health center within 2 hours of initial contact. 5. SPECIFICATIONS The General Contractor (GC) is responsible for ensuring that the specifications are tailored to the specific requirements of the project and are compatible with the current contract provision. GOVERNMENT FURNISHED INFORMATION The following is a list of government furnished information found on the VA s Technical Information Library website (http://www.cfm.va.gov/TIL/) to be used for this project, as applicable. Sections named on (5.1.02.A) are within below VA standards. PG-18-1 Master Construction Specifications PG-18-3 Design and Construction Procedures H-18-8 Seismic Design Handbook VA MASTER SPECIFICATIONS: Section 01 00 00, GENERAL REQUIREMENTS. Section 26 32 13, ENGINE GENERATORS Contractor shall comply with the following and keep a copy of the attached-on site at all times: OSHA Interim Life Safety Measure Assessment (completed on site as needed) Infection Control Risk Assessment (completed on site as needed) Hot work Permits, required as needed Confined Space Permits, required as needed Contractor Superintendent/s 30 hrs. OSHA certificate. Copy of certificates to be given to the COR before work initiation. Contractor personnel minimum of 10 hrs. OSHA certificate. Copy of certificates to be given to the COR before work initiation. All Contractor personnel to complete VA Safety video before work initiation. 6. SUBMITTALS See Section 013000 - Administrative Requirements, for submittal procedures. Contractor shall provide, to the COR after completion of work, at the minimum, the following deliverables: Procedure for Annual Generator PM service. Procedure for 2hrs. and 4hrs. load bank test. Procedure for ATS In-depth maintenance service. Submit all Annual services, tests, and on-call reports. Contractor shall provide COR with results of annual laboratory testing of oil/fuel in all standby generator, above ground and below ground fuel tanks. Information shall be provided to the COR in Digital and within 10 days upon completion of testing or per schedule on below task Table. Task # Task Name Schedule Task 1 Contact Information/Key Personnel 5 days after contract award Task 2 Contract Performance Management Minimum of 3 meetings (Contract Award, Semi-Annually, Contract Anniversary) Task 3 Preventative Maintenance Plan 10 calendar days after contract award Task 4 Preventative Maintenance Report 10 calendar days after services are rendered Task 5 Service Reports To be completed for every service call Task 6 Testing and Inspection Reports 10 calendar days after services are rendered unless noted otherwise Task 7 Logs At the point of service Task 8 Company/Technician Certification After any work is completed on system (submitted with service ticket, testing and inspection reports). For the company, prior to contract award. 7. PERIOD OF PERFORMANCE This will be a single award Firm Fixed Priced Contract. There will be one (1) base year and up to four (4) option years for this contract: Exercise of option years will be made at Government s discretion based on continued need for services, Contractor performance, and availability of funds in a given fiscal year. The project start date shall be within ten (10) days after notice to proceed work (NTP). If for any reason a deliverable cannot be delivered as scheduled, the Contractor is required to submit a request for a time extension to the Contracting Officer and the COR. The request must include the reason(s) for the delay and the impact on the overall service contract. The Contracting Officer will consider each request based on its merits and will, if approved, issue a modification to the contract. The Contractor is required to proceed as originally scheduled until such modification is issued. The Contracting Officer is the only official authorized to make changes to the contract. 8. HOURS OF OPERATION Except as otherwise set forth in this agreement or for scheduled maintenance, the Contractor shall conduct work during CAVHS normal business hours. Generally, these normal business hours are Monday through Friday from 7:30 AM to 4:30 PM, excluding holidays, for the time zone of the RPO. The Contractor needs to work with VA personnel to minimize impact to the VA Hospital mission and employees working in surrounding buildings. Work hours outside of those stated above may be agreed to mutually by the Contractor and Technical Point of Contact (TPOC). All contract work shall be on a date and time mutually agreed upon between the Contractor and the COR. Federal Holidays observed by the VAMC are: New Years Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day 9. KEY PESONNEL Approval of Key Personnel, as specified in Contractor s Technical Proposal who will be working on this project, must be obtained from the Government within five (5) business days of any change in these Key Personnel. The Contractor s Project Manager is a Key Person as defined by this section. The staff shall include a fully qualified FST (Field Service Technician(s)) and fully qualified FST (Field Service Technician(s)) who will serve as the backup. Fully Qualified is based upon training and on experience in the field. For training, the FST must have a minimum of two years of experience (except for equipment newly on the market) with respect to scheduled and unscheduled preventative maintenance on emergency standby generators. The FST s shall be authorized by the Contractor to perform all maintenance services required in above Scope of Work. All work shall be performed by a fully qualified competent FST. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FST s for each make and model of generator the Contractor services at the CAVHS VA Medical Center. The CO (Contracting Officer)/COR may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing VA equipment. The CO/COR specifically reserve the right reject any of the Contractor s personnel and refuse them permission to work on CAVHS VA Medical Center standby generators and associated equipment. 10. TYPE OF CONTRACT This is a firm fixed price contract. 11. COR Authority In no event is the COR empowered to change any of the terms and conditions of the contract. All changes, to any section of this contract, shall be made only by the Contracting Officer pursuant to a properly executed modification. The types of actions within the purview of the COR s authority are to ensure that the Contractor performs the technical requirements of the contract, and to notify the Contracting Officer of any deficiencies observed. A Letter of Designation shall be issued to the COR and a copy shall be sent to the Contractor at the time of contract kickoff meeting or post-award conference setting forth in full the responsibilities and limitations of the COR. 12. CONTRACT AWARD MEETING The Contractor shall not commence performance on this contract until the Government has conducted a contract kickoff meeting, post-award conference or the COR has advised the Contractor that a kickoff meeting is waived. 13. CHANGES TO REQUIREMENT Any changes to this solicitation shall be approved through written correspondence from the Contracting Officer. 14. TRAVEL There is no travel associated with this contract. 18. COMPLIANCE WITH APPLICABLE LAWS AND REGULATIONS The Contractor shall ensure that services provided to the Government under this agreement comply with all applicable laws, statutes, regulations, and guidelines that govern the operation of systems by the Government. Products Requiring Electrical Connection: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. 19. SPECIAL CONSIDERATION All contractors and visitors are required to adhere to Universal Masking Guidance which requires people to wear a cloth face covering or facemask over their mouth and nose while in any building of Central Arkansas Veterans Healthcare System (CAVHS). Daily healthcare screening is required before entrance to VA facilities due to COVID-19. No one with a cold or flu like symptoms will be allowed on VA property. In the event that symptoms occur while on site, the contractor will notify the COR immediately. The individual(s) maybe required to be COVID tested and quarantine until released by Infection Control to return to site. APPENDIX: A EQUIPMENT LIST  (7/08/2021)    FREQ = FREQUENCY          M = MONTHLY Q = QUARTERLY          S = SEMIANNUAL A = ANNUALLY  ITEM DESCRIPTION kW LOCATION FREQ NEXT DUE 0001 Cummings Generator Model: DFEK-6825622 Serial #: C110199707 500 NLR 170 Pod 1 A TBD 0002 Cummings Generator Model: DQKAE-1517360 Serial #: I150875258 2000 JLM GD-134-2 A TBD 0003 Cummings Generator Model: DQKAE-151768 Serial #: I150875763 2000 JLM GD-134-1 A TBD 0004 Cummings Generator Model: DFEK-1943672 Serial #: L190692036 500 NLR 170 Pod 2 A TBD 0005 Cummings Generator Model: DSHAB-5785036 Serial #: A070011495 175 NLR BLDG 111 A TBD 0006 Cummings Generator Model: DGFA-5670505 Serial #: D040630367 150 NLR BLDG 58 A TBD 0007 Cummings Generator Model: DSFAE-5856225 Serial #: D070043038 80 NLR BLDG 80 A TBD 0008 Cummings Generator Model: DQFAD-1333035 Serial #: H130547579 1000 NLR BLDG 102E A TBD 0009 Cummings Generator Model: 250 DFAC Serial #: 1930518492 250 NLR BLDG 26 A TBD 0010 Cummings Generator Model: DFEG-1320029 Serial #: K090065581 350 NLR BLDG 102W A TBD 0011 Cummings Generator Model: DQDAA-8405871 Serial #: K110275864 250 NLR BLDG 1154 A TBD 0012 Cummings Generator Model: DSHAA-5779308 Serial #: 100998328 150 NLR BLDG 69 A TBD 0013 Cummings Generator Model: DFEJ-A034W723 Serial #: L100178509 450 NLR BLDG 76 A TBD
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/14c1277a23c34dc48b7753113c4a86d5/view)
 
Place of Performance
Address: Central AR VAMC 2200 Fort Roots, North Little Rock 72114, USA
Zip Code: 72114
Country: USA
 
Record
SN06058557-F 20210714/210712230122 (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.