Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

J030--Generator Maintenance

Process Number 36C24122Q0193

USA

Dates:


Notice ID:

36C24122Q0193

Department/Ind. Agency:

VETERANS AFFAIRS, DEPARTMENT OF

Sub-tier:

VETERANS AFFAIRS, DEPARTMENT OF

Sub Command:

241-NETWORK CONTRACT OFFICE 01 (36C241)

Office:

241-NETWORK CONTRACT OFFICE 01 (36C241)

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

jan 12, 2022 05:00 pm est

Inactive Policy:

manual

Original Inactive Date:

mar 13, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

j030 - maint/repair/rebuild of equipment- mechanical power transmission equipment

NAICS Code:

811310 - commercial and industrial machinery and equipment (except automotive and electronic) repair and maintenance

Description:


Original Set Aside:

THIS SOURCES SOUGHT/REQUEST FOR INFORMATION IS ISSUED FOR INFORMATON AND PLANNING PURPOSES ONLY AND IS NOT CONSIDERED A SOLICITATION. The purpose of this source sought/RFI is to gain knowledge of businesses that are capable of satisfying the following work requirements: STATEMENT OF WORK Generator Preventive and Corrective Maintenance VA Boston Healthcare System, West Roxbury GENERAL A The VA Boston Healthcare System, West Roxbury has a requirement for a contractor to furnish all labor, parts, tools, and equipment to perform preventive maintenance/repair and emergency repair response on all emergency generators located on site, for a base year and four one year options. This contract is necessary to comply with Joint Commission Standards, VHA Directives, and NFPA 110. B The scope of work consists of annual preventive maintenance, repairs, and 7-day per week 24-hour emergency service response as needed. C The contractor shall provide documentation that all technician are Cummins trained/certified technicians. D The contractor shall provide all resources required in performing these maintenance services and inspections to include (but not limited to) all parts, materials, lubricants, fluids, filters, equipment, tools, shipping, travel, and labor. Contractor shall be responsible to determine the nature and extent of any work required and to restore equipment to satisfactory condition and operation, as determined by VA, replacing parts as necessary. Place of Performance: 1400 VFW Parkway, West Roxbury, MA 02132 Period of Performance: Base year plus four option years. The options may or may not be exercised. PROJECT SCOPE OF WORK A REFERENCES: All generator operations, tests, maintenance, alterations and repairs performed under this contract shall comply and be in accordance with the manufacturer's guidelines and standards for an Emergency Power Supply System (EPSS) as follows: Joint Commission Standard EC 7.40 National Fire Protection Association 110, Emergency Generator Testing Requirements Manufacturer's requirements and specifications on inspection, maintenance, and operation of each emergency generator. B PREVENTIVE MAINTENANCE (PM): Test, evaluate, repair and service all components of the generators on an annual basis to accomplish the following: Ensure their safe, reliable and continued operation. Prevent breakdowns due to worn parts. Maintain generators above the point where deterioration begins. Preventative maintenance inspections include: Battery condition, cleaning of the terminals and adding water Battery charger operation and charge rate, adjustment if necessary Replacement of lubrication oil and filters Perform oil analysis Disposal of waste oil and filters Replacement of fuel filters Replacement of water filters Inspection of coolant hoses, lubricant and fuel line hoses Test coolant system inhibitor level Test antifreeze protection level Inspect water pump and all belts Visually inspect fuel plumbing and fuel tank Inspect air filter and intake system Inspect exhaust system Functional testing of engine, generator set, including shutdowns, alarms and crank cycling Adjustment of engine governor and voltage regulator, if necessary Recording and verifying unit is running with proper temperature, pressures, and engine speed Check engine operation noting any unusual conditions of performance Check generator brushes and slip ring, stator, lead splices, and circuit breaker Inspection of block heater and hoses During all PM Service, any specific device cleaning, lubrication, adjustment or part replacement, which is performed, shall be indicated on an accompanying service report. C REPAIRS: Repairs that are determined by the contractor to be beyond the scope of preventative maintenance shall be reported to the COR for approval prior to commencing repairs. These repairs will be made using a firm fixed price labor rate (fully burdened) and any parts/materials will be paid at actual cost. If the repairs cannot be completed within twenty-four (24) hours, the contractor shall present a completion plan/schedule to the COR for approval. D EMERGENCY: The emergency service shall include up to 40 hours of emergency on-site service to include a firm fixed price labor rate (fully burdened) The emergency response time will be 4 hours. The contractor's personnel shall report to the COR, or authorized representative, upon arrival at the medical center and again upon completion of the required work. A copy of the work ticket containing a complete description of the work performed shall be given to the COR within 7 calendar days. E EQUIPMENT LIST: Â Designation Make Model Serial # Â EE# Load Bank 1 1A Cummins D6TI A200709484 600 kW 190161 Yes 2 1B Cummins DFGB GO40674908 600 kW 8355 Yes 3 2A Cummins DFHA C030479556 680 kW 72458 Yes 4 2B Cummins DQCA B080160761 600 kW 105141 Yes 5 Bldg 3A Cummins - B150801124 1250 kW 168926 Yes 6 Bldg 3B Cummins - B150801693 1250 kW 168927 Yes 7 Bldg 21 Cummins QSL9-G2 C100105021 200 kW 132841 No 8 Bldg 20 Cummins DSHAC X16G272605 450 kW 180290 No 9 Bldg 8 Cummins QSL9-G2 F120357616 275 kW 140806 Yes Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought notice are not considered adequate responses for a solicitation announcement. Responses to this sources sought/RFI are due by 5 pm EST time on January 12, 2022. Responses to this notice shall be submitted via email to issa.shawki@va.gov. Telephone responses shall not be accepted. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The NAICS code for this requirement is 811310 and a small size standard of $8,000,000.00

Attachments / Links:


Document Size Updated date Download

Contact Information:


ONE VA CENTER

TOGUS , ME 04330

USA

Primary Point of Contacts:

Issa Shawki