Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2021 SAM #7167
SOLICITATION NOTICE

J -- Generator Load Bank Testing Services

Notice Date
7/14/2021 6:49:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q1080
 
Response Due
7/23/2021 12:00:00 PM
 
Archive Date
08/22/2021
 
Point of Contact
Christopher J Weider, Contract Specialist, Phone: (716) 862-7461 x22470
 
E-Mail Address
Christopher.Weider@va.gov
(Christopher.Weider@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 (eff. 03/10/2021). This solicitation is set-aside for SDVSOB firms. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $8 Million. The FSC/PSC is J061. The Department of Veterans Affairs, Network Contracting Office (NCO) 2 (James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, NY 10468-3904) is seeking to purchase Generator Load Bank Testing Services. All interested companies shall provide quotations for the following: Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Annual Generator Load Bank Testing Services on the following generators: 5 ea. Generac 12458200100, 600kw/750kva rating; 2 ea. GM Electro Motive A20T24, 2850kw/3250kva rating; 1 ea. Cummins 440FDR7111HHW, 160kw/200kva rating; 1 ea. Cummins 502FDR7024JJW, 370kw/462kva rating. 1 JB 1001 Annual Generator Load Bank Testing Services on the following generators: 5 ea. Generac 12458200100, 600kw/750kva rating; 2 ea. GM Electro Motive A20T24, 2850kw/3250kva rating; 1 ea. Cummins 440FDR7111HHW, 160kw/200kva rating; 1 ea. Cummins 502FDR7024JJW, 370kw/462kva rating. 1 JB 2001 Annual Generator Load Bank Testing Services on the following generators: 5 ea. Generac 12458200100, 600kw/750kva rating; 2 ea. GM Electro Motive A20T24, 2850kw/3250kva rating; 1 ea. Cummins 440FDR7111HHW, 160kw/200kva rating; 1 ea. Cummins 502FDR7024JJW, 370kw/462kva rating. 1 JB 3001 Annual Generator Load Bank Testing Services on the following generators: 5 ea. Generac 12458200100, 600kw/750kva rating; 2 ea. GM Electro Motive A20T24, 2850kw/3250kva rating; 1 ea. Cummins 440FDR7111HHW, 160kw/200kva rating; 1 ea. Cummins 502FDR7024JJW, 370kw/462kva rating. 1 JB 4001 Annual Generator Load Bank Testing Services on the following generators: 5 ea. Generac 12458200100, 600kw/750kva rating; 2 ea. GM Electro Motive A20T24, 2850kw/3250kva rating; 1 ea. Cummins 440FDR7111HHW, 160kw/200kva rating; 1 ea. Cummins 502FDR7024JJW, 370kw/462kva rating. 1 JB STATEMENT OF WORK TITLE: Generator Load Bank Testing Services BACKGROUND: The James J. Peters VA Medical Center has a requirement for generator load bank testing services. The expectation is to test initially and then annually thereafter for four more years. SCOPE: The Contractor shall provide qualified maintenance labor, equipment, tools, materials, parts, supplies, transportation, supervision, any other items, and non-personal services deemed necessary to perform load bank testing services on the following nine generators. Generator Rating Manufacturer Model Generac #1 600kw/750kva Generac 12458200100 Generac #2 600kw/750kva Generac 12458200100 Generac #3 600kw/750kva Generac 12458200100 Generac #4 600kw/750kva Generac 12458200100 Generac #5 600kw/750kva Generac 12458200100 EMD #1 2850kw/3250kva GM Electro Motive A20T24 EMD #2 2850kw/3250kva GM Electro Motive A20T24 CLC 160kw/200kva Cummins 440FDR7111HHW LifeSafety 370kw/462kva Cummins 502FDR7024JJW PLACE OF PERFORMANCE: The James J. Peters VA Medical Center is located at 130 W. Kingsbridge Rd., Bronx, NY 10468-3904. The generators are located on the backside of the main building (Building 100), adjacent to Sedgwick Avenue. PERIOD OF PERFORMANCE: Performance shall be for a period of one year with four option years. Initial performance shall be completed within 30 days of Award effective date and annually in the same timeframe for the option years. TYPE OF CONTRACT: The government will award a firm fixed-priced contract. SECURITY: Privacy Requirements: This requirement was assessed for Information Security per Handbook 6500.6 Appendix A and no IT Contract Security clauses, as found in VA Handbook 6500.6 Appendix C, are applicable. The C&A requirements do not apply, and a Security Accreditation Package is not required. Contractor Rules of Behavior: This contract requirement does not require contractor personnel to review and sign the Contractor Rules of Behavior language as found in Handbook 6500.6 Appendix D. VA Privacy Training: This requirement was assessed for VA Privacy Training per Handbook 6500.6 Appendix A and no privacy training requirements are identified. Business Associate Agreement: This contract requirement does not require a Business Associate Agreement. Physical Access: The Contractor shall be screened at the front entrance per COVID-19 protocol (if applicable at time of arrival), then report to the Engineering office in GC-121 each day to sign in and receive a temporary work badge. SAFETY: All work shall comply with OSHA safety standards, NFPA 110 and NFPA 70/NEC. GENERAL REQUIREMENTS: Load Bank Testing shall only be permitted on Friday nights, from 5:00 pm to Saturday at 12:00 am. At least one licensed journeyman electrician shall be on site for the testing. The work must always allow tractor trailer access to the loading docks. Drawings and specifications shall be obtained by the Contractor from the appropriate manufacturer. TASKS: Provided in the solicitation and resultant contract, the Contractor is required to furnish all labor and equipment to accomplish the task of load bank testing of nine emergency generators and provide comprehensive reports. Each generator shall be tested as follows: 35% load for 30 minutes 60% load for 30 minutes 85% load for 60 minutes At a minimum, the comprehensive test report shall record the following for each of the three percentage tests. Time Frequency (Hz) Battery Voltage (DC Volts) Oil pressure (PSI) Amperage (AC Volts each leg) Coolant Temperature (Degrees F) Power Factor Ambient Temperature (Degrees F) Exhaust Temperature (Degrees F) Load Percentage The report will contain certification statements that each generator was load bank tested in accordance with manufacturer s requirements. ACCEPTANCE: VA personnel and the Contractor shall inspect the generators before and after the tests to assure no damage has occurred. The Contractor shall demonstrate to VA personnel that the generator is operating properly after the load. End of Statement of Work The purchase order period of performance shall be for a period of one year with four option years. Initial performance shall be completed within 30 days of Award effective date and annually in the same timeframe for the option years. As such, the Line Items identified above are annual requirements, where performance shall occur within a 30-day timeframe as follows: Line Item 0001: August 16, 2021 through September 15, 2021 Line Item 1001: August 16, 2022 through September 15, 2022 Line Item 2001: August 16, 2023 through September 15, 2023 Line Item 3001: August 16, 2024 through September 15, 2024 Line Item 4001: August 16, 2025 through September 15, 2025 Place of Performance Address: 130 W. Kingsbridge Rd., Bronx, NY 10468-3904, UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at http://www.va.gov/oal/library/vaar/index.asp. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JUN 2020) Addendum to 52.212-1, Instructions to Offerors Commercial Items applies; see further below on this notice for details. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) End of Addendum to 52.212-1 FAR 52.212-3, Offerors Representations and Certifications Commercial Items (JUL 2020) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) Addendum to FAR 52.212-4: FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.217-8, Option to Extend Services (NOV 1999) 30 days of contract expiration FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) 30 days of contract expiration; 60 days; five (5) years FAR 52.219-14, Limitations on Subcontracting (JUN 2020) Supplemental Insurance Requirements: (b) $500,000.00 (c) $200,000.00; $500,000.00; $20,000.00 FAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) VAAR 852.203-70, Commercial Advertising VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020) VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.270-1, Representatives of Contracting Officers VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2021). The following subparagraphs of FAR 52.212-5 are applicable: all of subparagraph (a) subparagraph (b)(4) subparagraph (b)(8) subparagraph (b)(21) subparagraph (b)(22) subparagraph (b)(27) subparagraph (b)(29) subparagraph (b)(30) subparagraph (b)(31i) subparagraph (b)(32i) subparagraph (b)(33) subparagraph (b)(35i) subparagraph (b)(36) subparagraph (b)(44) subparagraph (b)(51) subparagraph (b)(58) subparagraph (b)(60) subparagraph (c)(1) subparagraph (c)(2) WG-2810-10, $29.39 subparagraph (c)(7) subparagraph (c)(8) all of subparagraph (d) all of subparagraph (e) Other terms and conditions: CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management. INVOICES: Invoices shall be submitted in arrears annually, after performance tasks are complete and accepted. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Tungsten Network: https://us.tungsten-network.com/ All quoters shall submit the following: A technical capability statement, relevant electrical and generator credentials and training of current staff members, past performance references, and a price submission. All quotes shall be sent to the Department of Veterans Affairs, Network Contracting Office (NCO) 2 (James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, NY 10468-3904) via email to the Contract Specialist at Christopher.Weider@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award. The following are the decision factors: Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Capability Past Performance Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: (1) Technical Capability: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. The quotation should provide a clear and demonstrative explanation of the organization s ability to perform generator load bank testing services as described in the statement of work. The following discussion points will be utilized to evaluate this requirement: Technical Proficiency: Contractor shall submit a quotation that demonstrates their understanding of the requirement in accordance with the Statement of Work and the extent to which potential risks are identified and mitigated. Contractor Experience: The quoter shall provide 3-5 instances of experience of similar scope within the past 5 years. The Contractor shall be a firm regularly engaged in the repair, maintenance and testing of generators. Their expertise and experience shall be of such extent to provide them the knowledge of conditions of generators and the scope of repairs, maintenance and servicing of generators generally found in hospital use. Employee Certifications/Licenses/Degrees/Training: Relevant electrical and generator credentials and training of current staff members. NFPA 110 CEPSS-HC, NFPA 110 training and certifications, journeyman, or master electrician license, BSEE, PE in Electrical discipline. (2) Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. (3) Price: The Government will evaluate the price by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price.  For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the contract line item numbers (CLINs) and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s). The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Addendum to 52.212-1, Instructions to Offerors Commercial Items: Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: (a) Submission of Offers: Offers shall be received no later than the offer due date and time stated in Block 8 of the 1449. Offers received after this time may not be considered for award. Offers not following the specific instructions within this solicitation may not be considered further for evaluations towards this requirement. (1) General Offeror Instructions: Offers shall clearly demonstrate an understanding of requirements, as well as convey the Offeror s capability for transforming its understanding into successful performance under the terms of a contract(s) resulting from the RFQ. A complete Offer shall consist of a technical capability statement that does not exceed 10 pages, relevant electrical and generator credentials and training of current staff members, past performance references, and a price submission. Credentials and training documentation shall not be counted as part of the capability statement page limit. Incomplete Offers will be considered non-responsive and may not be further evaluated. (2) Offer Content and Submission Instructions: Offerors are responsible for ensuring that offers fully comply with all requirements. Each offer shall clearly demonstrate that the Offeror understands the technical requirements of the Statement of Work (SOW). Failure to explain Offeror s ability to meet all requirements may result in the Offeror's offer not being considered. The narrative shall provide the Government with a reasonable assurance that the company has the relevant experience, capacity and capability required to meet potential contract requirements. A restatement of the Statement of Work will be deemed unacceptable and may result in the assignment of a lower technical rating. (3) Format for Submission: All items shall be submitted as described below. The Offeror shall submit one (1) electronic version emailed with all Offer materials to the Contract Specialist by the specified due date/time. The Offeror is responsible for confirming their submission was received. (b) Questions: All questions shall be submitted in writing via email to the Contract Specialist at Christopher.Weider@va.gov. All questions must be submitted no later than four (3) calendar days after posting of this solicitation. Answers to questions will be published no later than two (2) calendar days prior to the closing date via amendment on the SF30. End of Addendum to 52.212-1 To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than Friday, July 23, 2021 at 3:00 p.m. ET. Hand delivered offers will not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact: Christopher Weider, Contract Specialist, phone 716-862-7461 x22470, email Christopher.Weider@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5851c2d2829a43b59246264d2cf78b0a/view)
 
Record
SN06060915-F 20210716/210715201645 (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.