SUMMARY:
Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this request for sources sought notice in order to identify vendors that are interested in and capable of providing contractor services. For a contractor that can supply all labor, material, and equipment to replace Rocker Box O-rings, T-Stats and Gaskets on 4 different generators. For the Washington DC VA Medical Center.
Scope of Work:
The Emergency Generator Distribution that that protects patients and stakeholders in the event of a change in conditions in the attached schedule of equipment has noted deficiencies currently and need of immediate repair. During the most recent service visit it was noted that the generators had defective components in the cooling system as well as the engine block thermostats that need addressing expeditiously. The facility needs and urgent repair package to support repair efforts to bring the Emergency Generator Distribution back to normal operating status.
Project Number: 688-25-1-478-0044
Project Location: Veterans Affairs Medical Center, Washington, D.C., Main Hospital-50 Irving St N.W., Washington, D.C., 20422.
Scope of Work: This Statement of Work includes all necessary parts and labor to perform repairs on Generators 1,2 ,3 and 5 The equipment is located at the Veterans Affairs Medical Center, 50 Irving Street NW, Washington DC, 20422. Contractor shall comply with all local NFPA and mechanical codes.
Equipment Schedule:
Equipment
Qty
Manufacturer
Model Number
Serial Number
Asset Tag
Generator 5
1
Cummins
750.0DFHA
I910421084
Main Gen Bldg. 8
Generator 3
1
Cummins
750.0DFA
J800534111
Main Gen Build 8
Generator 1
1
Cummins
750.0DFJA
I910421085
Main Gen
Building 8
Generator 2
1
Cummins
750.0DFA
I910421088
Main Gen
Building 8
Scope of Service
Furnish all labor and parts to make repairs on the Emergency Generator Systems
Per the scope below Contractor will furnish and repair/replace defective components on the list of Units on the attached equipment schedule. These emergency-generators systems support direct patient care and the stakeholders of the facility.
Generator Repairs Gen 1
Contractor Arrive to Job site.
Perform Job briefing with contractor to schedule appropriate start time and Saftey protocols.
Arrive to facility, perform lock out tag out procedures.
Remove damaged engine rocker box o rings thermostats and gaskets replace with new.
Notify COR for startup and testing. Start Unit inspect for normal operation.
Return Generator to normal operation.
Generator Repairs Gen 2
Contractor Arrive to Job site.
Perform Job briefing with contractor to schedule appropriate start time and Saftey protocols.
Arrive to facility, perform lock out tag out procedures.
Remove damaged engine rocker box o rings thermostats and gaskets replace with new.
Notify COR for startup and testing. Start Unit inspect for normal operation.
Return Generator to normal operation.
Generator Repairs Gen 3
Contractor Arrive to Job site.
Perform Job briefing with contractor to schedule appropriate start time and Saftey protocols.
Arrive to facility, perform lock out tag out procedures.
Remove damaged engine rocker box o rings thermostats and gaskets replace with new.
Notify COR for startup and testing. Start Unit inspect for normal operation.
Return Generator to normal operation.
Generator Repairs Gen 5
Contractor Arrive to Job site.
Perform Job briefing with contractor to schedule appropriate start time and Saftey protocols.
Arrive to facility, perform lock out tag out procedures.
Remove damaged cooling components: heater thermostats/ engine sender ring components replace with new components.
Clean Radiator to factory specs.
Notify COR for startup and testing. Start Unit inspect for normal operation.
Return Generator to normal operation.
SEE NEXT PAGE FOR MORE DETAILS
Interested & Capable Responses:Â Must respond with the following information.
MUST ANSWER THE SUBCONTRACTING QUESTIONS HIGHLIGHTED BELOW.
NCO 5 is seeking responses from entities that are interested in this procurement and consider themselves to have the resources, capabilities, and qualifications necessary to provide the services required for the Washington DC VA Medical Center.
Please respond to this RFI/Sources Sought 36C24525Q0163 with your:
Business name (including Unique Entity ID (SAM.gov)Â Â
Business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), and Â
Person of contact (including telephone number & email address).  Â
Capability statement and summary of previous experience providing these types of services for the Veterans Health Administration or other similar facilities. Â
Available contract vehicles (GSA FSS, etc.) for use by Department of VA (include applicable NAICS)Â
Brief Summary of categories of services that your company can/cannot provide.Â
Certification(s) / Licenses for meeting the local requirements to provide these services at the DC VAMC (if applicable)Â
Confirmation that your organization has the capability & expertise to meet the performance requirements while complying with applicable limitations in subcontracting by responding to the questions below with your response:Â Â Â
Do you intend to self-perform this effort?Â
If you are located outside the immediate area, how will you self-perform?Â
Or do you intend to subcontract work under this contract?Â
If you intend to subcontract work under this contract, how will you ensure compliance with the limitations on subcontracting?Â
Â
Response Instructions:Â
Responses must be submitted by 12:00 PM (ET) Monday, December 23, 2024. Responses to the information requested above must be submitted via email to Bill Pratt at Billie.Pratt@va.gov.
This request for information/sources sought notice is for planning purposes ONLY and does not constitute a solicitation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., SDVOSB/SDVOSB set-aside, small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred as a result of a vendor s attendance to the Site-Visit nor the preparation of responses submitted as a result of this notice.
Bill Pratt
Contract Specialist
VHA, NCO 5