Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2024 SAM #8114
SOURCES SOUGHT

H -- Preventative Maitenance on three (3) Cummins Generator Units Syracuse VAMC, Syracuse, NY

Notice Date
2/12/2024 7:38:48 AM
 
Notice Type
Sources Sought
 
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
36C24224Q0328
 
Response Due
2/16/2024 11:00:00 AM
 
Archive Date
03/02/2024
 
Point of Contact
Stephanie.Decker2@va.gov, Stephanie Decker, Phone: 716-862-7461
 
E-Mail Address
Stephanie.Decker2@va.gov
(Stephanie.Decker2@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT NOTICE in support of the Syracuse VA Medical Center in Syracuse, NY for market research purposes only to determine the availability of potential businesses with capabilities to provide the requirement described below. Potential offerors are invited to provide feedback via e-mail to Stephanie.Decker2@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by February 16, 2024 at 14:00 EDT. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Anticipated North American Industry Classification System (NAICS) code is 811310- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance . If you believe a different NAICS is more appropriate, please indicate with your response. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What additional information would the Government need to provide for you to be able to submit an accurate and complete offer with full understanding of the requirements if we post a formal solicitation? 4) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. 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 VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at SAM.gov. DESCRIPTION OF THE REQUIREMENT: Preventative maintenance (PM) to 3 1300 hp Cummins Generator Units. The procedures at a min shall include the following information: LOTO(Lock Out Tag Out) shall be performed to standards. Fuel, coolant, oil, All 3 fluids Sampling on all 3- Generators Units All 3 Generator units fluids, filters & materials Cost Check Lubricating oil, add as needed after test run. Change lubricating oil and oil filter. Check radiator /cooling systems (radiator cap, water pump, coolant hose /clamps). Add coolant as required. Perform onsite coolant analysis-test freeze point nitrate levels, corrosion inhibitor levels. Check air filters, hoses, and crankcase breather. Change air filter as needed. Check fuel lines /hoses for leaks/pliability, inspect fuel vents for obstructions, check /clean fuel sediment bowl. Replace fuel/ water separator (if applicable). Check (and notate for diagnosis) warning light illuminated, gauges/ instrumentation function /faults. Check fan belts for excessive wear, inspect /adjust tension. Check governor belts for excessive wear, adjust tension if needed (if applicable) Check battery charger, adjust if necessary. Replace spark plugs, set points, distributor cap and ignition rotor (if applicable) Check battery capacity, clean battery, and apply anti corrosion treatment and safety check. Perform Generator, Generator end, ATS & Component functional and safety check. TEST/Run Generator -under load when possible (customer authorization required) Conduct Electrical Frequency Analysis and adjust if necessary. 1.2.1. The Contractor shall provide all personnel, materials, tools, labor, and transportation necessary to complete the work identified in this Statement of Work (SOW). 1.2.2. Contractors shall include a detailed invoice of all work completed prior to payments. 1.2.3. The Contractor shall correct/re-perform any discrepancies or integration errors found at no additional cost to the government. 1.2.4. The Contractor shall be responsible for returning the work site to its original condition at completion of the installation, to include replacement of any damaged or destroyed equipment. 1.2.8 The Contractor must inform the facility security office prior to any work being performed if work will prevent normal security status at the completion of the performance day. 1.2.9 The contractor must check in and out each day with the On-Site Contractor Officer Representative 852.212-72  Gray Market and Counterfeit Items. GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (DEVIATION) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM or by an intermediary distributor authorized by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. If your firm is interested and capable, please send the capability statement outlined above, and a market research quote to stephanie.decker2@va.gov by 14:00 EDT on February 16, 2024. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/929528ebd78b40e8b38009f2c662ab7b/view)
 
Place of Performance
Address: Syracuse VAMC Syracuse Department of Veterans Affairs 800 Irving Avenue, Syracuse, NY 13045
 
Record
SN06963545-F 20240214/240212230051 (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.