SPECIAL NOTICE
J -- Service and Repair for Caterpillar Front Wheel Loader - Model 936F
- Notice Date
- 7/26/2021 1:14:05 PM
- Notice Type
- Special Notice
- 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
- 36C24221Q1214
- Archive Date
- 08/25/2021
- Point of Contact
- RUSSIN, LEVI, Contracting Specialist, Phone: 518-626-6757
- E-Mail Address
-
Levi.Russin@va.gov
(Levi.Russin@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs, Albany Stratton VA Medical Center, Network Contracting Office 2, is issuing this Notice of Intent to Sole Source to Foley Incorporated for maintenance and repair services for one Caterpillar Font Loader Model 936F. Equipment to be serviced/maintained includes: Caterpillar Front Wheel Loader Model 936F Serial Number 08AJ00419 SERVICES REQUIRED: The contractor shall provide all labor, tools, equipment, parts, and equipment transportation costs necessary to perform all repairs and services required for the Caterpillar Front Wheel Loader- Model 936F located at Department of Veterans Affairs, New Jersey Health Care System Lyons Campus. 151 Knollcroft Road, Lyons, NJ 07939 during the term of 8/16/2021 through 10/1/2021. INTERESTED & CAPABLE RESPONSES: NCO 2 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources, rights, and capabilities necessary to provide these services. Please provide all of the following in your response: Business name, business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), person of contact (including telephone number & email address), GSA Contract number if applicable, and DUNS number. Please also include the North American Industry Classification System (NAICS) Code for which you propose to provide the service under for verification of your size standard. A Capability Statement which provides detailed, specific information that demonstrates understanding of the tasks required and capability to perform the tasks as stated in the attached Statement of Work. Failure to tailor capability statement to this specific requirement may result in your company being determined non-responsive. Responses must be submitted by 12:00 PM EST, Monday, August 2, 2021. Responses to the information requested above may be submitted via email to Levi.Russin@va.gov. This Special Notice of Intent to Sole Source is for planning purposes ONLY. The results of this notice may assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted for this notice. STATEMENT OF WORK SERVICE AND REPAIR OF CATERPILLAR FRONT WHEEL LOADER - MODEL 936F BACKGROUND: The Department of Veterans Affairs, VA New Jersey HealthCare System (VANJHCS) - Lyons Campus is currently seeking maintenance and repair services for its Caterpillar Front Wheel Loader Model 936F. This machine is utilized for multiple purposes around the Lyons Campus, including extensive use in snow removal operations. The Grounds Department of the VANJHCS Lyons campus requires the machine to be operational and in a safe condition for immediate use. Equipment to be serviced/maintained includes: Caterpillar Front Wheel Loader Model 936F Serial Number 08AJ00419 SCOPE OF WORK: The contractor shall provide all labor, tools, equipment, parts, and equipment transportation costs necessary to perform the repairs and services listed below. The following tasks shall be performed to complete the repairs: Replace machine starter with a new remanufactured starter and gasket. Replace gasket/reseal and inspect front differential. Drain differential fluid, replace seal and refill with new fluid. Remove & re-install both steering cylinders. Both steering cylinders are to be reconditioned and resealed. Replace new mounting pins and bushings. Recondition both steering cylinders to include hard honing the barrel, replacing dust seals, clean and reseal parts, assemble and test. Replace left front flood light with new light and test. Replace cab door lock/latch and replace broken interior window handle. Replace gasket/reseal engine valve cover. Replace v-belt(s) Remove, reseal and re-install both trunnion lift cylinders. Both lift cylinders are to be resealed. Replace with new mounting pins if needed. Recondition both lift cylinders to include hard honing the barrel, replacing dust seals, clean and reseal parts, assemble and test. Troubleshoot warning horn and replace parts including a new valve and horn. Replace back-up alarm. Troubleshoot fuel injection pump leak near the injection pump. PM4 service per the Operation and Maintenance Manual. Filters and fluids replaced except hydraulic fluid. Oil samples taken where required and copies of fluid analysis reports with recommendations are to be provided to the VA. Load and transport machine from VA Property to repair facility and return to VA property upon completion of repair and service work. If any additional repairs are discovered while performing the tasks listed in this Statement of Work, the contractor shall inform the Contracting Officer Representative before any work or quotes are provided. Contractor shall test the functionality of the equipment upon completion of the corrective maintenance. If this is a test for repair, the test should ensure that the damaged parts have been successfully repaired and all functions, including but not limited to, those related to the repaired parts, are operational. If this is a test for a routine PM service, inspection, etc., then the test should just ensure that the equipment is functioning within the guidelines of the OEM or the applicable standards (OSHA, ASSE, JCAHO, NEFP, etc). OTHER RELATED SERVICES Any services not expressly stated in this statement of work are not authorized. Services such as inspection, Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer, unless they are inclusive to the requested services. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the contracting officer will be considered inclusive. OTHER REQUIREMENTS: The contractor shall: Be a firm regularly engaged in the repair, maintenance, and servicing of Caterpillar equipment described in this Statement of Work. Have expertise, experience, and regular business to include the repair, maintenance of Caterpillar equipment. Possess all the manpower, equipment, tools, and ready sources of parts as necessary to carry out the conditions of the requirement promptly, skillfully, and expertly. If the machine is damaged in transport it will be the responsibility of the contractor or it s insurers to repair or replace the machine. NONCOMPLIANCE The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. WARRANTY All hydraulic cylinders that are reconditioned will have a one-year unlimited hours parts and labor warranty. Standard company warranty will apply to all other parts and work performed. G. SPECIFICATIONS: Upon completion of the maintenance service, the COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. This inspection should ensure that all equipment is returned to full functioning condition. No invoices will be processed for payment prior to the completion of COR/POC inspection. H. WORKING BUSINESS HOURS: All service will be performed during normal business hours of coverage unless proper alternate arrangements have been coordinated beforehand with the COR. Work hours will be from 8:00 AM - 4:30 PM, Monday-Friday, excluding Federal Holidays. I. NATIONAL HOLIDAYS: Federal Holidays which are observed by the Federal Government are annotated below: - New Year s Day - Martin Luther King Jr. Day - President s Day - Memorial Day - Juneteenth - Independence Day - Labor Day - Columbus Day - Veteran s Day - Thanksgiving Day - Christmas Day And any other day specifically declared by the President of the United States to be a national holiday. PERIOD OF PERFORMANCE The base period of performance shall be from date of award of contract to 10/01/2021. PLACE OF PERFORMANCE Department of Veterans Affairs New Jersey Health Care System Lyons Campus 151 Knollcroft Road Lyons, NJ 07939
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/174a68e382a4479a9e4a36d470c25702/view)
- Record
- SN06072878-F 20210728/210728203253 (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 |