Vermont Bids > Bid Detail

H359--Annual generator load bank testing | SB set-aside

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159479195895165
Posted Date: Apr 12, 2023
Due Date: Apr 21, 2023
Solicitation No: 36C24123Q0407
Source: https://sam.gov/opp/6f5a907e65...
Follow
H359--Annual generator load bank testing | SB set-aside
Active
Contract Opportunity
Notice ID
36C24123Q0407
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 12, 2023 12:47 pm EDT
  • Original Date Offers Due: Apr 21, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: H359 - INSPECTION- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    White River Junction VAMC White River Junction , VT 05001
    USA
Description
Combined Synopsis Solicitation White River Junction VAMC Annual Generator Load Bank Testing
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 36C24123Q0407 and the solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.
(iv) This requirement is being issued as an open market, small business set-aside. The associated NAICS code is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and electronic) Repair and Maintenance and small business size standard is $12.5 million.
(v) The Government intends to award a firm-fixed price award for Annual Generator Load Bank Testing at the White River Junction VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission.
(vi) The Contractor shall provide all resources necessary for Annual Generator Load Bank Testing IAW the attached Performance Work Statement (PWS). Please see the attached PWS for full requirement details.
(vii) The Place of Performance is White River Junction VAMC as described per the PWS.
(viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020); 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020), 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023), 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008), 852.273-70 Late Offers (NOV 2021)
(ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. 52.212-3 Offer Representation and Certification-Commercial Products and Commercial Services (DEC 2022).
Submission of Quotes:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered.
(2) Offerors shall submit their quotes electronically via email to Kenya Mitchell at kenya.mitchell1@va.gov.
(3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is Monday, 17 April 2023 at 5:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer.
Evaluation Process:
Award shall be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15.
The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Â
Price (Follow these instructions):
Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line-item prices inserted in appropriate spaces.Â
Past Performance:
Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the PWS. References may be checked by the Contracting Officer to ensure your company is capable of performing the work IAW the PWS. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the PWS in a timely efficient manner.Â
Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the PWS.
Contractor shall demonstrate that their technicians meet the qualification standards stated in the PWS.
SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer.
VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time.
(x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (DEC 2022), applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses incorporated by Reference (FEB 1998), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023), 852.203-70 Commercial Advertising (MAY 2018), 852.215-70 Service-Disabled Veterans-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023), 852.215-71 Evaluation Factor Commitments (OCT 2019), , 852.232-72 Electronic Submission of Payment Requests (NOV 2018), 852.241-71 Administrative Contracting Officer (OCT 2020).
Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.
(xii) Clause at 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable Vermont Windsor County WD #2015-4139 Rev 22 122722 posted on sam.gov), 52.222-55, 52.222-62
(xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.
(xv) RFQ responses are due Friday, 21 April 2023 by 5:00 PM EST. RFQ responses must be submitted via email to: Kenya Mitchell at kenya.mitchell1@va.gov. Hand deliveries shall not be accepted.
(xvi) The POCs of this solicitation is Kenya Mitchell at Kenya.Mitchell1@va.gov





Attachment 1
PRICE SCHEDULE

Item Number
Description of Supplies/Services
Quantity
Unit
Unit Price
Amount
Base Year
Vendor will provide all services in accordance with the Statement of Work
1
JB
Option Year 1
Vendor will provide all services in accordance with the Statement of Work
1
JB
Option Year 2
Vendor will provide all services in accordance with the Statement of Work
1
JB
Option Year 3
Vendor will provide all services in accordance with the Statement of Work
1
JB
Option Year 4
Vendor will provide all services in accordance with the Statement of Work
1
JB



Attachment 2
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:

PERFORMANCE WORK STATEMENT
DEPARTMENT OF VETERANS AFFAIRS

Annual Load Bank Test
A. GENERAL:

The contractor will Provide testing services to demonstrate compliance of VA Medical Center Whiter River Junction backup generators (secondary electrical supply) with NFPS and Joint Commission for Accreditation of Hospital Organization requirements.

Place of Performance:
VA Medical Center,
215 N. Main St,
White River Junction Vermont

Period of Performance:
Base + 4 Option Years

Requirements:
Description of Service: The contractor shall provide all necessary hardware, technicians, installation/setup, removal/takedown, and testing services to verify compliance of six (6) backup generators at White River Junction Vermont. Generators are as follows.

Caterpillar SR4B-HV 2000KW Serial # 3516CCFJ00463. Standby Gen B32
Caterpillar LC6 Serial #G6B17493. Emergency Gen B1A
Caterpillar SR4 Serial #AER00413. Emergency Gen B32b
Caterpillar SR4 Serial #AMA00952. Emergency Gen B45
Cummins 350KW Serial #I110244436 Emergency Gen B88
Caterpillar LC5 Serial # G5A00647 Emergency Gen B37/2

Contractor shall supply necessary load banking equipment and installation of such in order to operate generators at minimum capacity requirements. Each generator will run for a total of 1.5 hours. The first 30 minutes will be no less then 50 percent of the EPS nameplate Kw. The last 1 hour of the testing shall be 75 percent of the nameplate Kw rating.

Contractor shall supply all necessary technician assistance, connections to electrical equipment, load banks, transformers, and all ancillary requirements to accomplish required testing.
Deliverables:
Contractor shall supply test reports for each generator showing all applicable required data in a format that is readily understandable and ready for submission to applicable authorities.
Minimum run time
Minimum duration at applicable generator capacity
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 12, 2023 12:47 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >