West Virginia Bids > Bid Detail

H249--Generator Maintenance

Agency:
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159973554275434
Posted Date: Feb 1, 2024
Due Date: Feb 9, 2024
Source: https://sam.gov/opp/a72be6702f...
Follow
H249--Generator Maintenance
Active
Contract Opportunity
Notice ID
36C24524Q0235
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 01, 2024 12:07 pm EST
  • Original Response Date: Feb 09, 2024 01:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H249 - EQUIPMENT AND MATERIALS TESTING- MAINTENANCE AND REPAIR SHOP EQUIPMENT
  • NAICS Code:
    • 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
  • Place of Performance:
    VHA OFFICE OF EMERGENCY MANAGEMENT (OEM) 510 BUTLER AVE Martinsburg , WV 25405-9990
    USA
Description
Sources Sought Notice

Sources Sought Notice

Page 8 of 8
Sources Sought Notice
*= Required Field
Sources Sought Notice

Page 1 of 8
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Veterans Health Administration, Network Contracting Office 5, is issuing this request for information/sources sought notice in order to identify companies that have the resources and capabilities to provide generator maintenance for the VA Medical Center, Martinsburg, WV and Coconut Creek, FL location.

Interested & Capable Responses: Network Contracting Office 5 (NCO 5) is seeking responses from companies that are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide these services. Please respond with your:

1. Business name, business type, socio economic status (e.g., Veteran Owned, Woman Owned,
Disadvantaged Small Business, 8(a), etc.), and person of contact (including telephone number & email
address), GSA Contract number (if applicable), and UEI number

2. Capability statement and summary of previous experience providing generator maintenance and service

3. Ballpark cost estimate of what the VAMC could expect to pay your company to perform the work
described above per year.

Responses must be submitted by 1:00 PM (EST) February 9, 2024. Responses to the information
requested above must be submitted via email to Charles.willis@va.gov

This request for information/sources sought notice is for planning purposes ONLY. The results of this
market research will assist in the development of (1) the requirement, and (2) the acquisition strategy
(e.g., small business set aside, full and open competition, etc.). VA assumes no responsibility for any
costs incurred associated with the preparation of responses submitted as a result of this notice.





BACKGROUND: The VHA OEM Logistics Office has a need to maintain and repair 12 emergency generator. The generator provides utility power at 120V/240V for emergency disaster operations on the MSU and MICU.

Statement of Work

VHA OEM Emergency Diesel Generators
Preventive Maintenance, Service, Inspections, and Load Bank Testing

Contractor shall supply all equipment, tools, supplies, and labor necessary to provide preventive maintenance, service, service inspections, and load bank testing of Twelve (12) emergency diesel generators located normally throughout the Martinsburg VA Medical Center campus and Coconut Creek, Florida. Other locations during possible deployment of assets. All generator information and locations are listed in attachment A .

Contractor shall coordinate all maintenance, service, inspections, and load bank testing with the COR or alternate COR during normal working hours. (7:00 AM 3:30 PM Monday Friday) per NFPA 110

Contractor shall provide phone response to emergency calls within one (4) hours of receiving call and a two (6) hour response time (technician on site) for all emergency calls 24/7. VHA OEM will determine what calls they consider emergency and will notify the call service as such.

Contractor shall perform a minimum of three (3) visits per year to ensure accomplishment of all required preventive maintenance, service, and service inspections as defined in attachment B under Monthly PM Service.

Contractor shall perform a minimum of three (3) visits per year to ensure accomplishment of all required preventive maintenance, service, service inspections, and load bank testing as defined in attachment B under Minor PM Service, Major PM Service, and Additional Items.

Contractor shall provide detailed monthly, minor service, and major service preventative maintenance reports, service reports, and inspection reports within forty eight (48) hours of completion of these services.

Contractor shall notify the COR or alternate COR of any repairs needed outside the scope of the maintenance contract or schedules for approval before proceeding.

Contractor will follow all VA Medical Center requirements concerning lockout/tagout procedures as required and hazardous waste removal and disposal requirements.

Contractor shall remove and dispose of any equipment and materials that they or their subcontractors remove from service and will no longer be needed after ensuring with the COR that the facility does not want to retain it. All trash will be removed daily and all areas that work was conducted in will be placed back to the same condition as it was prior to work being performed.

Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 01, 2024 12:07 pm ESTSources Sought (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 >