Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24, 2001 PSA #2922
SOLICITATIONS

J -- PREVENTIVE MAINTENANCE AIR CONDITIONING CHILLERS

Notice Date
August 22, 2001
Contracting Office
Department of Veterans Affairs Medical Center, 50 Irving Street, N.W., Washington, DC 20422
ZIP Code
20422
Solicitation Number
688-17-02
Response Due
September 5, 2001
Point of Contact
H. France (202) 745-8660
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR, Subpart 12.12 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as RFP 688-16-02. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 97-23. The NAIC code for this solicitation is 811310. The small business size standard is $5.0 million Contractor shall furnish all necessary labor, equipment, tools, materials, etc., necessary for inspections, full maintenance, and repair services for Government owned chillers located and the Department of Veterans Affairs Medical Center, 50 Irving Street, NW, Washington, DC 20422 for the period of October 1, 2001 thru September 30, 2002. Contract may be extended for two (2) additional option years, subject to the availability of funds. B.1 SCHEDULE OF EQUIPMENT a. Two (2) centrifugal chillers, Westinghouse Model PE180 SN BP8538 & SN BP8535 and associated motor starters. b. Two (2) centrifugal chillers, York O.T. A5.A3-0D-CTC Serial #NM117216 and NM117217 and associated motor starters. TOTAL B.2 PRICES QTY UNIT PRICE COST (1) BASE YEAR (October1, 2001 thru September 30, 2002) 12 month $______$ _______ (2) OPTION YEAR I (October 1, 2002 thru September 30, 2003) 12 month $______$________ (3) OPTION YEAR II (October 1, 2003 thru September 30, 2004) 12 month $______$________ GRAND TOTAL BASE YEAR THRU OPTION YEAR II $________ C.1 REQUIREMENTS: This contract covers full maintenance, which includes emergency call back service, inspection, preventive maintenance, winter work and repairs of four (4) centrifugal chillers. Service shall consist of technical inspections, cleaning, oiling, adjusting, calibrating, replacment of parts ($500.00 limit per inspection/repair service) and maintaining the equipment in first class operating condition. C.2 The contractor shall make a thorough technical inspection(s) of the equipment covered by Section B.1, Schedule of Equipment. C.3 Within thirty (30) days after award of contract, the contractor shall submit a schedule of PMI's for each piece of equipment listed. C.4 All winter Preventive Maintenance will be completed no later than March 1st of the contract year. C.5 Equipment placed under full maintenance service for the first time shall be in good operating condition and shall be subject to inspection by the contractor within thirty (30) days after award of the contract. During the thirty (30) day period the contractor may reject the equipment if he deems it to be in a poor operating condition. Failure to reject such equipment shall constitute acceptance. A rejection notice shall be submitted to the Contracting Officer along with a cost proposal to place the equipment in a condition which would make it acceptable for maintenance service. The Contracting Officer reserves the right to either order the equipment repair or delete the specific item of equipment from the contract. C.6 Contractor shall furnish a copy of the written preventive maintenance protocol (policy and procedures), including the method and frequency of testing and verification of performance and in use testing of the equipment. C.7 Approval from the Contracting Officer must be obtained before removing equipment to the contractor's plant. No transportation change will be allowed for either repairman or equipment to or from the contractor's plant. The contractor will be held liable for damage or loss of equipment. A loan of the same type equipment, if required and available, will be furnished by the contractor without additional cost the Dept. of Veterans Affairs. C.8 The Engineering Service Plant operations (138G) must be notified forty-eight (48) hours before any PMI's are to be performed. Inspections shall include: a. Check compressor oil level. b. Check for proper chiller refrigerant level, change system if necessary. c. Check operation of purge unit, make necessary repairs. d. Check condition and settings of panel controls, operating controls and safety controls. e. Determine excessive condenser tube fouling from available log readings. f. Verify proper equipment operations. Check condition of thermometers and gauges and replace if necessary. g. Maintenance of electric wiring from the starter to its respective motor maintenance. (contacts, dashpot, oil, etc.) h. Meg compressor motor. i. Refrigerant piping between two or more pieces or equipment. j. Insulation on the refrigerant piping and equipment. k. Change compressor oil, filter and filter dryers. l. Leak check system with electronic leak detector and repair leaks. m. Perform cleaning of all coolers and condenser tubes, including head removal and mechanical brush cleaning. n. Perform Eddy current test on coolers and condensers and submit written report. o. Perform oil and refrigerant chemical analysis. Tests to be performed by a chemical laboratory. On site test kits are not acceptable. C.9 a. Work performed in the performance of this contract shall be performed during the Medical Center's regular administrative working hours, except the Contractor shall provide intervening calls as necessary between regular inspections at any hour on any day of the week. The regular administration working hours of the Medical Center are 8:00AM through 4:30PM, Monday thru Friday, excluding Federal holidays. b. All work shall commence within two (2) hours after receipt of a telephone call or written/verbal notification and will proceed progressively to accomplishment without undue delay. All work shall be performed by mechanics that are competent, experienced and qualified to work on the specific equipment. c. All equipment shall be cataloged by the Contractor and the dates and types of service rendered will be noted thereon. A written report of each inspection shall be furnished to the Contracting Officer or her officially designated representative. Such reports will include any advisement of necessary repairs or repair parts required to maintain the equipment in first-class operating condition. d. All repair persons will report to the Engineering Service Central Control Panel, Mechanical Equipment Room #1, prior to starting any work and after completing any services required. Repair personnel must leave a completed service report, signed by a Plant Operator (to certify as to services performed) with Engineering Service Plant Operations (mail routing symbol 138G). This is required for payment authorization. C.10 Qualifications: Contractor shall have available for references a list of open drive centrifugal compressors maintained under full maintenance for a minimum of five (5) years.Bids will be considered only from bidders who are regularly established in the business called for and who in the judgment of the Contracting Officer are financially responsible and able to show evidence of their ability, experience, equipment, facilities and personnel directly employed or supervised by them to order to render prompt and satisfactory service. The bidder shall have any applicable license(s) as required by any Federal, State or local code and/or law where such licenses are required. Please include in bid package a completed Standard 1449 which can be found at www.gsa.gov/forms/farnum, required provisions, and a schedule of prices for the base and (2) two option years. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Representations and Certifications- Commercial Items, 52.214-4 Contract Terms and Conditions-Commercial Items, 52.219-2 Equal Low Bids, and 52.212-5 Contract Terms and Conditions including Clauses incorporated by reference under Section (b) (6) 52.222-26 Equal Opportunity (EO 11246), 52.222-3 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 USC 4212), 52.222-36 Affirmative Action for Handicapped Workers (29 USC 793), and 52.225-3 Buy American Act-Supplies (41 USC 10).Wage Determination #2103-Revision 24 dated 5/31/01 is applicable to this procurement. Bidders responding to this announcement shall submit a quote along with the information required in 52.212-1 and a completed copy of provision 52.212-3 and VAAR 852.219-70 Veteran Owned Small Business (Dec 1990) to VA Medical Center (688/90C), Room 1B-112, 50 Irving Street, NW, Washington, DC 20422 by 9/5/01 at 4:30pm Local Time. A written notice of award will be mailed or otherwise furnished to the successful bidder and the quote shall result in a binding contract without further actions by either party. Faxed bids will be accepted at (202) 745-8465. All responsible sources will be considered.
Record
Loren Data Corp. 20010824/JSOL017.HTM (W-234 SN50V6L1)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on August 22, 2001 by Loren Data Corp. -- info@ld.com