Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,1999 PSA#2367

Department of Veterans Affairs, Central Alabama Veterans Health Care System, West Campus, 215 Perry Hill Road, Montgomery, AL 36109

J -- PREVENTIVE MAINTENANCE AND REPAIR ON MCQUAY AND CARRIER CHILLER EQUIPMENT SOL IFB#619-07-99 DUE 062999 POC J. David Berry, 334-260-4152 or Paul Johnson, 334-727-0550, ext 3523 E-MAIL: E-mail to the Contracting Officer, Joseph.Berry@med.va.gov. Invitation for Bids No. 619-07-99 is a consolidated combined synopsis/solicitation for commercial items for Central Alabama Veterans Health Care System (CAVHCS),West Campus, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice (SIC Code is 7699, Business Size Standard is $5 million). This is a total small business set-aside. This announcement constitutes the only solicitation; bids are being requested and a written solicitation WILL NOT BE ISSUED. Contract performance period will be from 10/1/99 to 9/30/00 and is subject to the availability of funds. Contract may be amended for four (4) one-year options in accordance with the clause at 52.217-9, Option to Extend the Term of the Contract. PROVIDE annual maintenance service contract on chiller equipment indicated below, located at CAVHCS, West Campus, 215 Perry Hill Road, Montgomery, AL 36109. Service one (1) McQuay chiller (air cooled),model ALR115C, sn: 5UH0181300, one (1) McQuay chiller(water cooled), model PEH-100, sn: 5UJ0102400, and two (2) Carrier chillers (water cooled), model 19DK6142AE, sn: 84-08-35404 and sn: 84-08-35405. Vendor representative will contact Contracting Officer's Technical Representative (COTR) or the boiler plant operator on duty before starting work. Materials used for maintenance and repair must be approved by COTR, or his designee, prior to work being accomplished. Vendor service report indicating work performed and matierals used will be left with COTR or the boiler plant operator after any vendor service is performed on the chiller equipment and before vendor representative departs medical center. Scope of quarterly maintenance includes: ANNUAL WINTER maintenance, performed during the month of November, is to include, but not limited to, all items listed below: Removal and recovery of refrigerant; leak check the machines (major leaks found will be repaired at vendors standard billing rate, upon approval of COTR); change the oil and all filters (vendor must remove used oil); megg the motors; check and set all operating and safety controls; clean condenser and evaporator tubes (should the tubes need acid cleaning, vendor will bill at the standard rate upon approval of COTR); detailed inspection of purge system and thorough cleaning of purge compressor, purge oil separator, purge drum and purge condensing coil, change purge oil (vendor must remove used oil.); check condition of contacts for wear, pitting, etc.; check the dash-pot in main starter, tighten all starter terminals, check and calibrate overloads, record trip amps and trip times; tighten motor terminals and control panel terminals; clean oil strainers, replace filter and gasket; tighten oil heater leads; check operation of vane positioner; take oil and freon sample and have analyzed, furnish written report of analysis; report any uncorrected deficiencies; vendor must furnish all gaskets, oil, filters and other materials necessary in the performance of maintenance required, (VA will furnish freon); perform eddy current tube inspection on #1 chiller on cooler and condenser side. Provide written report. SEASONAL START UP maintenance, performed during March, is to include, but not limited to, the following: Leak check machines; check oil and freon level, charge if needed, (VA will furnish freon); megg all motors; check and set all operation and safety controls; check purge system and equipment; check all contacts and electrical connections, tighten where needed; clean oil strainer, change filter and gasket; check operation of vane positioner. REGULAR QUARTERLY maintenance, performed in the months of May and July, is to include, but not limited to, those items indicated for seasonal start up. BASE PERIOD 10-1-99 -- 9-30-00 $________; OPTION YR #1 10-1-00 -- 9-30-01 $________; OPTION YR#2 10-1-01 -- 9-30-02 $________; OPTION YR#3 10-1-02 -- 9-30-03 $________; OPTION YR#4 10-1-03 -- 9-30-04 $________. PROVIDE emergency maintenance service on a 24 hour, seven (7) day a week basis, with a three (3) hour response time. Emergency maintenance service will be billed based on a standard billing rate (used also to calculate time and a half for overtime and double time for Federal Holidays). BASE PERIOD 10-1-99 -- 9-30-00, estimated 100 hours at $_____per hour; OPTION YR #1 10-1-00 -- 9-30-01,estimated 100 hours at $_____per hour; OPTION YR#2 10-1-01 -- 9-30-02, estimated 100 hours at $_____per hour; OPTION YR#3 10-1-02 -- 9-30-03, estimated 100 hours at $_____per hour; OPTION YR#4 10-1-03 -- 9-30-04, estimated 100 hours at $_____per hour. PROVIDE ANNUAL OPERATOR/MAINTENANCE TRAINING on all chillers identified above. Training will be on site at CAVHCS, West Campus, and consist of three (3) days training. These three (3) days will be an eight (8) hour day of training repeated and may be consecutive. There will be ten (10) operator/maintenance mechanics attending the training. BASE PERIOD 10-1-99 -- 9-30-00 $______; OPTION YR #1 10-1-00 -- 9-30-01 $______; OPTION YR#2 10-1-01 -- 9-30-02 $ ______; OPTION YR#3 10-1-02 -- 9-30-03 $______; OPTION YR#4 10-1-03 -- 9-30-04 $______. Vendor will submit a billing invoice, in arrears, noted with appropriate purchase order number and contract number, to Fiscal Management (04), CAVHCS, East Campus, 2400 Hospital Road, Tuskegee AL 36083, on a monthly basis. Billing invoice will be compared with service report before invoice is certified for payment. Vendor will guarantee all work performed for 90 days. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. U.S. Department of Labor Employment Standards Administration Wage and Hour Division Determination No. 94-2011, Rev. No. 15, dated 6/1/99, applies to this acquisition. OFFERORS MUST INCLUDE a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its bid. This synopsis/solicitation incorporates one or more clauses by reference, with the same force and effect as if they weregiven in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far/ (for FAR clauses 52 ), and http://www.gov/oa&;mm/vaar/ (for VAAR clauses 852 ). The following incorporated clauses and provisions are applicable to this acquisition: 52.212-2 Evaluation -- Commercial Items; The following factors shall be used to evaluate offers: Past Performance and Price; 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.232-18, Availability of Funds;52.222-3, Convict Labor(E.O. 11755); 52.233-3, Protest After Award; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 852.216-70 Estimated Quantities for Requirement Contracts; 52.217-5, Evaluation of Options; 52.246-4 Inspection of Services -- Fixed Price; 52.232-34, Optional Information for Electronic Funds Transfer Payment; 852.270-1 Representatives of Contracting Officers (APR 1984); 52.219-6, Notice of Total Small Business Set-Aside; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3, Buy American Act -- Supplies; 52.225-19, European Union Sanction for Services; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires. All bid prices for this procurement must be received on company letterhead, in a SEALED ENVELOPE -- noting bid response enclosed and Invitation for Bid No. 619-07-99, and shall be addressed to J. David Berry (90C), CAVHCS -- West Campus, 215 Perry Hill Road, Montgomery, AL 36109. Bid opening is 2:00 p.m. CST, June 29, 1999, at CAVHCS- West Campus, Logistics Service,Building 1, Room 4A-123, 215 Perry Hill Road, Montgomery, AL. FAXED bids will not be accepted. See Note No. 1. Posted 06/11/99 (W-SN342222). (0162)

Loren Data Corp. http://www.ld.com (SYN# 0031 19990615\J-0003.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page