Www.vendorportal.ecms.va.gov



TC "SECTION A" \l 1TC "A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS" \l 2PAGE 1 OF1. REQUISITION NO. 2. CONTRACT NO.3. AWARD/EFFECTIVE DATE4. ORDER NO.5. SOLICITATION NUMBER6. SOLICITATION ISSUE DATEa. NAMEb. TELEPHONE NO. (No Collect Calls)8. OFFER DUE DATE/LOCALTIME9. ISSUED BYCODE10. THIS ACQUISITION IS UNRESTRICTED ORSET ASIDE: % FOR:SMALL BUSINESSHUBZONE SMALLBUSINESSSERVICE-DISABLEDVETERAN-OWNEDSMALL BUSINESSWOMEN-OWNED SMALL BUSINESS(WOSB) ELIGIBLE UNDER THE WOMEN-OWNEDSMALL BUSINESS PROGRAMEDWOSB8(A)NAICS:SIZE STANDARD:11. DELIVERY FOR FOB DESTINA-TION UNLESS BLOCK ISMARKEDSEE SCHEDULE12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDERDPAS (15 CFR 700)13b. RATING14. METHOD OF SOLICITATIONRFQIFBRFP15. DELIVER TO CODE16. ADMINISTERED BYCODE17a. CONTRACTOR/OFFERORCODEFACILITY CODE18a. PAYMENT WILL BE MADE BYCODETELEPHONE NO.DUNS:DUNS+4:PHONE:FAX:17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKEDSEE ADDENDUM19.20.21.22.23.24.ITEM NO.SCHEDULE OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT(Use Reverse and/or Attach Additional Sheets as Necessary)25. ACCOUNTING AND APPROPRIATION DATA26. TOTAL AWARD AMOUNT (For Govt. Use Only)27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDAAREARE NOT ATTACHED.27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDAAREARE NOT ATTACHED28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFERCOPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIEDSET FORTH HEREIN IS ACCEPTED AS TO ITEMS:30a. SIGNATURE OF OFFEROR/CONTRACTOR31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT)30c. DATE SIGNED31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT)31c. DATE SIGNEDAUTHORIZED FOR LOCAL REPRODUCTION(REV. 2/2012)PREVIOUS EDITION IS NOT USABLEPrescribed by GSA - FAR (48 CFR) 53.2127. FOR SOLICITATIONINFORMATION CALL:STANDARD FORM 1449OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS41VA241-16-Q-078509-14-2016Shea, Mary Jane203-937-389109-26-20164PM90CDepartment of Veterans AffairsNetwork Contracting Office 1VA Connecticut950 Campbell AvenueWest Haven CT 06516X100X811310$7.5 MillionXN/AXDepartment of Veteran AffairsVA Connecticut950 Campbell AvenueWest Haven CT 0651690CDepartment of Veterans AffairsNetwork Contracting Office 1VA Connecticut950 Campbell AvenueWest Haven CT 06516 Department of Veterans AffairsFinancial Services CenterPO Box 149971Austin TX 78714-9971XSee CONTINUATION PageThis solicitation is a Request for Quote (RFQ) for generatorpreventative maintenance and repair services. The Governmentintends to award a firm fixed price contract with one baseyear plus four (4) options years possible. The contractorshall provide all necessary personnel, supervision, labor,equipment, materials and disposal necessary to provide thegenerator preventative maintenance and repair services atthe West Haven and Newington Medical Centers pursuant to theStatement of Work described herein. A site visit will beheld on 9/15/2016 at 9AM in Bldg. 15.Quoters should carefully follow instructions included in52.212-1 and for evaluation criteria specified in section E.The following Wage Determinations apply to this solicitation____________________________West Haven NewingtonWage Determination Number: 2005-3027 2005-2087Revision Number: 16 20Date of Revision: 12/29/2015 12/29/201512All quotes shall be emailed to maryjane.shea@Any quote not compliant with RFQ requirements will not beconsidered.See CONTINUATION PageXXX1Table of Contents TOC \o "1-4" \f \h \z \u \x SECTION A PAGEREF _Toc461618613 \h 1A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS PAGEREF _Toc461618614 \h 1SECTION B - CONTINUATION OF SF 1449 BLOCKS PAGEREF _Toc461618615 \h 3B.1 CONTRACT ADMINISTRATION DATA PAGEREF _Toc461618616 \h 3B.2 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) PAGEREF _Toc461618617 \h 3B.3STATEMENT OF WORK PAGEREF _Toc461618618 \h 5B.4 PRICE/COST SCHEDULE PAGEREF _Toc461618619 \h 10ITEM INFORMATION PAGEREF _Toc461618620 \h 10SECTION C - CONTRACT CLAUSES PAGEREF _Toc461618621 \h 16C.1 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) PAGEREF _Toc461618622 \h 16C.2 52.237-1 SITE VISIT (APR 1984) PAGEREF _Toc461618623 \h 16C.3 VAAR 852.273-70 LATE OFFERS (JAN 2003) PAGEREF _Toc461618624 \h 16SECTION B - CONTINUATION OF SF 1449 BLOCKSB.1 CONTRACT ADMINISTRATION DATA(continuation from Standard Form 1449, block 18A.) 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR:TBD b. GOVERNMENT: Contracting Officer 36C241 Mary Jane SheaDepartment of Veterans AffairsNetwork Contracting Office 1VA Connecticut950 Campbell AvenueWest Haven CT 06516 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:[X]52.232-34, Payment by Electronic Funds Transfer—Other Than System For Award Management, or[]52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly[] b. Semi-Annually[X] c. Other[X] Repairs shall be invoiced upon completion and acceptance. 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.Department of Veterans AffairsFinancial Services CenterPO Box 149971Austin TX 78714-9971 ACKNOWLEDGMENT OF AMENDMENTS: The offeror acknowledges receipt of amendments to the Solicitation numbered and dated as follows:AMENDMENT NODATEB.2 SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) 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 contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an “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.B.3STATEMENT OF WORK1. SCOPE.The intent of this Contract is for the vendor to perform scheduled preventative maintenance and as needed Emergency and non-emergent repairs to the listed Emergency Electrical Generators at both the West Haven and Newington Connecticut campuses. This Contract does not guarantee the vendor the exclusive right to make any and all repairs. The VA retains the right to obtain emergent and non-emergent from other sources.Contractor shall maintain in good operating condition the generators listed in the contract, Schedule A / Schedule B. The equipment is located at the VA Connecticut Healthcare System 950 Campbell Ave. West Haven CT 06516 and additionally 555 Willard Ave. Newington, CT 06111. All Preventative Maintenance and Repairs will be coordinated through the COR assigned by the VA for both the West Haven and Newington Campus.2. DESCRIPTION OF SERVICES.2.1. COMPLIANCE. The contractor shall be fully responsible for compliance with all VA, local, state, and Federal environmental/occupational safety laws, rules and regulations. The contractor shall follow life and safety codes, and take necessary actions to avoid conditions that may be hazardous to the health and safety of hospital personnel and patients. The contractor is responsible for meeting all applicable OSHA and VA guidelines for safe working processes; example: lockout/tag out. 2.2. WORKING HOURS. Preventive maintenance work shall be performed on weekdays, excluding Federal holidays, during the hospital’s regular weekday working hours of 7:30 a.m. – 4:00 p.m. Federal holidays observed may be exchanged for contractor observed day, only on a one-for-one basis, requested by the contractor and subject to approval by the Contracting Officer.2.3 SERVICE CALLS, NOTIFICATION AND RESPONSE TIME. The contractor must provide an emergency telephone number for purposes of accepting service calls, available 24 hours a day, 7 days a week, an answering machine is not acceptable. Facilities Management Service (FMS) will notify the contractor of equipment malfunction, the nature of the malfunction, and the availability of the equipment. The contractor shall be on-site to make repairs within Two Hours of the originating call. The contractor shall restore the equipment to full performance within 24 hours of the originating call and/or provide assistance in moving and connecting VA owned back-up generator. 2.4. MAINTENANCE PARTS. The firm-fixed prices includes any/all required oil filters, air filters, water filters, lubricants additives, shop towels and the like required for proper preventative maintenance. Full performance is defined as; all defective parts have been replaced with parts will be original OEM parts to meet the manufacturer’s original performance specifications or latest up-grade as per the manufacturer. The contractor is responsible to have in-stock or have the ability to provide all necessary parts, components, assemblies, modules and equipment to restore any malfunctioning equipment to full performance. The contractor shall supply and bear the cost of all parts, lubricants, cleaning supplies and tools required for preventive maintenance and, as a result of normal wear and tear. NOTE: Parts, considered to be the manufacturer’s recommended parts, are to be replaced in the course of a recommended preventive maintenance inspection. All parts shall meet the original manufacturer’s design specification. Lubricants shall meet manufacturer’s specifications and have prior VA approval for use. Contractor shall turn over to the VA all non-repairable parts. The contractor may keep all repairable components. Any reconditioned components utilized to make repairs must meet manufacturer’s specifications, be noted on the service slip and have a 1 year parts and labor warranty. Use of a reconditioned part may only be used with the concurrence and approval of the Veteran’s Administration. 2.5. CONFIRMATION OF REPAIR WORK. All completed repairs must be confirmed and approved by FMS, during regular hospital working hours, 7:30 A.M. – 4:00 P.M., Monday through Friday excluding Federal Holidays. After regular working hours, weekends, and holidays, the COR may approve equipment available for use after repairs have been made. The COR will confirm and approve all after-hour emergency repairs during the next normal working day.2.6. MAINTENANCE, INSPECTIONS, AND TESTS. Inspections will be scheduled during the timeframe of February - April and September – November of the contract year. Prior to scheduled month of service, the contractor will provide the CO / COR a schedule of the weekdays this service is to be performed, for his approval. The CO / COR shall have the authority to reschedule this service within twenty-four (24) hours of scheduled time due to emergency and/or prior weather situations. Contractor shall perform the required Preventative Maintenance Services as determined by the Manufacturers current requirements and inspect, adjust, lubricate, clean, repair and test all diesel generators and their associated equipment to ensure safe reliable service within all tolerances as required by manufacturer’s specifications. All parts used shall be of the original manufacturer’s design and specification or equal thereto. All malfunctioning parts shall be replaced immediately to prevent undue down time and to ensure safe operation. NOTE: Upon discovery of malfunctioning part, the CO / COR or their designee shall be immediately notified for approval of repairs. Contractor is to conduct an Annual Facility Wide test to be scheduled during the timeframe which will occur accordingly to the VA’s requirements. West Haven VA: normally the Third Sunday of October between the hours of 7:00am – 11:00am, this date may change due to any and all needs of the VA, if changed advanced notice will be given to the Contractor. Contractor will provide (2) Technicians with separate vehicles that will stay on station the whole test for support and operation of Emergency Generators.Newington VA: normally during the month of September between the hours of 7:00am – 11:00am on a weekend, this date may change due to any and all needs of the VA, if changed advanced notice will be given to the Contractor. Contractor will provide (2) Technicians with separate vehicles that will stay on station the whole test for support and operation of Emergency Generators.For the contract base year, this period shall be 4 hours. Additionally there will be testing of Generators that do not meet the required minimum 30% required load per the NFPA, these generators will be scheduled to be tested accordingly during the Month of October, this will be during the weekends at both Campuses and coordinated between the Contractor and the COR. Annual load bank testing shall include 30 minutes at 30%, 30 minutes at 50%, and 60 minutes at 75%. Testing to include load bank equipment, hookup, testing and a full report of test must be submitted to the COR within 5 days of completion of test. Any discrepancies to be noted on test report with recommendations. 2.7. PREVENTIVE MAINTENANCE SERVICE. Annual and semi-annual preventive maintenance shall be performed per manufacturer’s recommendations, VA Specifications and requirements and shall meet applicable NFPA 110 standards in force, and shall include the following, but not limited to: change engine oil, change governor oil, change oil filters, clean oil strainers, and where applicable clean scavenging pump screens. Visually inspect governor for leaks, lubricate governor linkage, change oil in governor, lubricate governor synchronizing motor, clean slip rings and/or commutator, lubricate overspeed switch, check diode heat sinks, lubricate generator, inspect to ensure brushes are free, inspect all wiring, visually inspect voltage regulators, synchronizer and all relays, contactors and circuit breakers. Inspect water heaters and controls. Visually inspect cooling system for leaks, pressure test radiator cap, and check and adjust drive belts, replace water filters, visually inspect cooling tower, lubricate fan bearings, lubricate motor bearings, and adjust drive belts. Visually inspect exhaust system for leaks and drain condensation. Inspect and lubricate day tank float switch, replace fuel filters. Inspect for leaks, drain water from traps, drain day strainers, clean sediment bowl, check for water in fuel. Inspect batteries, check water level and clean terminals and posts and coat with inhibitor. Clean crankcase filters (impingement-type only), replace all dry-type air intake filters, clean all oil bath air filters and replace with clean oil. Items listed may not be applicable to each generator set, and manufacturer’s recommendations shall be followed when applicable. A) Engine – Visual inspection of all components.Check fan and governor belts, adjust as needed.B) Oil System –Change Engine oil and filters annually on all enginesPerform engine oil analysis annually, six months after the annual oil change. Submit written oil analysis report to the VA.Provide recycling information for all oil exchanged for recordLubricate battery charging generator or alternator, starter and governor.Service/change air filter per manufacturers recommended service intervals.C) Cooling System –Test anti-freeze/coolant solution and top off as needed to maintain manufacturer’s recommendations.Change antifreeze/coolant solution when required by manufacturer’s recommendations.Check all hoses and system components for pliability and leaks.Check engine block heater and associated connections, both electrical, hoses and piping.Check cooling fins, solenoids and louver operation.Clean cooling fins by vacuum, air and pressure wash as needed.D) Fuel System –Check, clean and replace fuel filters per manufacturer’s recommendations.Check fuel pump and pressure.Check fuel sediment bowl/filter, fuel pump primer, hoses and connections.Check fuel solenoid.Check day tank for proper operation, including electrical and mechanical pumps, secondary containment and alarms.E) Battery –Check condition of batteries; add water on ones as needed.Check connections and clean terminals as required.Check for proper voltage.Check charging systemF) Starting System –Check starting solenoid, started and charging rate.G) Electrical –Check control panel relays, wiring and terminals.Check solid state relay and boardsCheck voltage regulator.Check output voltage and frequency.H) Operating Checks –Test run Generator and checks the following under load for a minimum of 30 minutes: AC Voltage, Frequency, and all instrumentation for proper operation. (Vendor will need to schedule this with the VA during the Normal Monthly Generator tests.)Record readings on a form adaptable to the VA.Conduct Safety tests on overspeed, low oil pressure, high water temperature and other Safeties as per manufacturer’s recommendations.J) Annual Cleaning of Equipment –The Contractor will annually clean the Generator and associated room; this will be done using biodegradable cleaning solution, vacuuming and dusting this will include the Generator and Cabinet assemblies and Building floor areas, contractor will remove all cleaning materials and waste when complete.K) Air Filter Walls –Air Filter walls will be required to be changed for GB#1 and GB#2 at the West Haven Campus.2.8. PERFORMANCE AND TESTING. Each emergency generator, after completion of maintenance, shall be operated by the contractor, witnessed by a representative of the VA, to ensure all components meet required standards as outlined in manufacturer’s specifications. All components and controls shall be checked and adjusted if necessary. This testing shall include but not be limited to: testing lube oil pressure safety, overspeed safety, all pre-alarms, shutdown alarms, overcranking, low fuel alarm, adjust voltage and frequency, test delay cooldown, R.P.M., check for noises and leaks.2.9. DOCUMENTATION OF SERVICES PERFORMED. At the conclusion of the inspection period, the contractor shall submit a report to the COR indicating the elements of the inspection performed, findings, and recommendations (if applicable). This report shall be submitted in the form of a checklist or manufacturer performance service slip, provided all requested information is supplied. All repair work shall be documented when service is completed. The repairman must indicate on his repair ticket the specific action taken, all parts replaced, hours of labor required, and travel time. The equipment serviced must be identified clearly by name and location. Upon completion of service, Engineering will sign the service ticket. After regular working hours and on weekends and holidays, the contractor shall deliver all service slips to FMS.2.10. CLEANUP. The contractor shall be responsible for cleaning of the work area and equipment upon completion of work. All diesel engines shall be wiped free of oil and grease. The diesel room floor area shall be swept clean. All accumulated rubbish shall be removed daily. All fuel oil, lubrication, and any other material substance creating an unsafe operating area shall be removed daily. The contractor shall be responsible for the proper disposal of all hazardous materials as a result of this contract. All used oil or petroleum products shall be removed by the contractor upon completion of work and be reclaimed per DEP and EPA requirements. 2.11. SPECIAL TOOLS. The contractor shall provide all tools, testing equipment for disassembly, assembly, and adjusting, calibrating and other work as required for the performance of this contract.2.12. REPAIR/EMERGENCY REPAIR. Upon discovery of a malfunctioning part (other than oil filters, air filters, and water filters) the contractor shall immediately notify the CO/COR or their designee. The repair job shall not be initiated until approval is obtained from the COR. The vendor shall provide a written quote with labor hours and parts list with pricing to the COR for approval prior to commencement of work. Labor hours are to commence upon the contractor’s arrival at the facility and end upon the contractor’s departure. Mileage and travel time are excluded from the contract. The VA has sole discretion to select the contractor who will provide these repair services.2.13. CONTRACTOR EMPLOYEES. Contractors Service Technicians shall be fully experienced in all aspects of maintenance and repair of diesel engines and generators of the type at VA Connecticut and shall have appropriate state trade licenses. Technicians will be OSHA 10 Certified; Contractor will present all required certification upon award of contract. Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. Example: wearing of distinctive clothing such as uniform, badges, patches, etc. 2.14 Contractor Site Specific Safety Plan. The Contractor prior to award of contract will deliver a “Site Specific Safety Plan” for each Campus to be reviewed and approved by the VA Safety Office. This will include, but not be limited to training documentation and licensing. 2.14. ESCORT AND CHECK-IN. All contractor personnel working onsite at the VA facility shall check in and out at Engineering Offices during normal days and working hours, Monday-Friday 7:30am-4:00pm, afterhours, weekends and Holidays at the Boiler Plant. Access to work areas, and performance monitoring, will be provided by VAMC FMS shop personnel.EVIDENCE OF COVERAGEBefore commencing work under this contract, the Contractor shall furnish to the Contracting Officer a certificate of insurance from its insurance company. The certificate of insurance shall indicating that insurance coverage outlined in the “Contractor’s Responsibilities” clause and “Workmen’s’ Compensation” clause has been obtained, and that such coverage may not be changed or canceled unless thirty (30) days written notice is provided to the Contracting Officer. INVENTORY OF EMMISSION UNITS VACT NEWINGTON CAMPUSGENERATOR ENGINE INFORMATIONCT-DEP #EMU-005EMU-006EMU-008EMU-009EMU-010EMU-011VA Unit #6A791011Mobile Unit#1PMI #6115-00066115-0007LocationBldg. 3Bldg. 3Bldg. 11Bldg. 2WBldg. 2EMobile Unit#1Area ServedBoiler Plant AreaB1, B3, B4& B33Fire Pumps B1 & B11B2WB2EPortableEng. Manf.GeneraccCummingsDetroit DieselCummingsCummingsBlueStarEng. Mdl.No.D6.7.1KTA-1150-GC12U92NT-885-G6KTA-38G1TD350‐01Eng. Ser.No.DJ261031117774DB-182291178462133131847B‐5000‐3Date201119801994199619972013FuelDieselDieselDieselDieselDieselDieselMax. Fuel Use Rate (gal/hr)13.52543.520.454.915.8kW175294500275750350kVA219437.5Voltage120/208120/208120/208277/480277/480277/480RPM180018001800180018001800BHP2803946704351135547Testing Run (min/month)303030303030Actual Use (min/month)303030303030Installed Project No.627-03391-109/116627-032E627-032EEE88658Permit No.No Permit Req'd Due to AgeNo Permit Req'd Due to Age127-0047127-0048127-0046Hrs.Permitted forNot RequiredNo Required110110110CoolantCapacity (GAL)12.217451142.521.2Annual Loadbank Required Y/NYYYYYYINVENTORY OF EMMISSION UNITS VACT WEST HAVEN CAMPUSGENERATOR ENGINE INFORMATIONCT-DEP #EMU-003EMU-004EMU-005EMU-006EMU-009EMU-007EMU-008EMU-009EMU-010VA Unit #Mobile Unit#23032GB1-1GB1-2GB2-1GB2-2Mobile Unit#1Mobile Unit#3PMI #LocationBldg. 16Bldg. 30Bldg. 32Bldg. GB1Bldg. GB1Bldg. GB2Bldg. GB2Mobile Unit#1Mobile Unit#3Area ServedBoiler PlantB1, ICU'sB#1 ORarea, SICU,& MICUB#1&ElevatorsB#1&ElevatorsB#2B#2PortablePortableEng. Manf.BlueStarCaterpillarCaterpillarCaterpillarCaterpillarCaterpillarCaterpillarBlueStarKohlerEng. Mdl.No.TD350-1C277C12993512351235123512TD350-1150REZTEng. Ser.No.B5000-2MJE0192923703698237036981KZ0104024Z0732724Z07326B5000-111010437Gen. No.SR4BDate201320101993199619961996199620132013FuelDieselDieselDieselDieselDieselDieselDieselDieselDieselMax. Fuel Use Rate (gal/hr)2056.970.770.770.770.7kW3507507501,1001,1001,1001,100350150kVAVoltage208/480480480480480480480208/480208/480RPM180018001800180018001800BHPTesting Run (min/month)303030303030303030Actual Annual Fuel Use6407901041104110411041Permit No.No Permit Req'd Due to AgeP-203-40- 0042P-0056P-0056P-0054P-0054Hrs.Permitted for110110110110110110110110110Annual Loadbank Required Y/NYYYNNNNYYGPLPE # /203-0063-203-0063-203-0063-203-0063-203-0063-203-0063-203-0063-203-0063-203-0063-RegistrationGLPE / 203-GLPE / 203-GLPE / 203-GLPE / 203-GLPE / 203-GLPE / 203-GLPE / 203-GLPE / 203-GLPE / 203-#0063-51270063-51270063-51270063-51270063-51270063-51270063-51270063-51270063-5127B.4 PRICE/COST SCHEDULEITEM INFORMATIONITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT0001Semi-Annual Preventative MaintenanceContract Period: BasePOP Begin: 09-28-2016POP End: 09-27-20172.00EA____________________________________0002Annual Test - West HavenContract Period: BasePOP Begin: 09-28-2016POP End: 09-27-20171.00JB____________________________________0003Annual Test - NewingtonContract Period: BasePOP Begin: 09-28-2016POP End: 09-27-20171.00JB____________________________________0004Repair HoursNormal Working HoursContract Period: BasePOP Begin: 09-28-2016POP End: 09-27-201720.00HR____________________________________0005Repair HoursOutside of Normal Working Hours - to Include Federal HolidaysContract Period: BasePOP Begin: 09-28-2016POP End: 09-27-20175.00HR____________________________________0006NTE Funds for Parts(Per specifications in SOW, paragraph 2.12)Contract Period: BasePOP Begin: 09-28-2016POP End: 09-27-20171.00YR____________________________________1001Semi-Annual Preventative MaintenanceContract Period: Option 1POP Begin: 09-28-2017POP End: 09-27-20182.00EA____________________________________1002Annual Test - West HavenContract Period: Option 1POP Begin: 09-28-2017POP End: 09-27-20181.00JB____________________________________1003Annual Test - NewingtonContract Period: Option 1POP Begin: 09-28-2017POP End: 09-27-20181.00JB____________________________________1004Repair HoursNormal Working HoursContract Period: Option 1POP Begin: 09-28-2017POP End: 09-27-201820.00HR____________________________________1005Repair HoursOutside of Normal Working Hours - to Include Federal HolidaysContract Period: Option 1POP Begin: 09-28-2017POP End: 09-27-20185.00HR____________________________________1006NTE Funds for Parts(Per specifications in SOW, paragraph 2.12)Contract Period: Option 1POP Begin: 09-28-2017POP End: 09-27-20181.00YR____________________________________2001Semi-Annual Preventative MaintenanceContract Period: Option 2POP Begin: 09-28-2018POP End: 09-27-20192.00EA____________________________________2002Annual Test - West HavenContract Period: Option 2POP Begin: 09-28-2018POP End: 09-27-20191.00JB____________________________________2003Annual Test - NewingtonContract Period: Option 2POP Begin: 09-28-2018POP End: 09-27-20191.00JB____________________________________2004Repair HoursNormal Working HoursContract Period: Option 2POP Begin: 09-28-2018POP End: 09-27-201920.00HR____________________________________2005Repair HoursOutside of Normal Working Hours - to Include Federal HolidaysContract Period: Option 2POP Begin: 09-28-2018POP End: 09-27-20195.00HR____________________________________2006NTE Funds for Parts(Per specifications in SOW, paragraph 2.12)Contract Period: Option 2POP Begin: 09-28-2018POP End: 09-27-20191.00YR____________________________________3001Semi-Annual Preventative MaintenanceContract Period: Option 3POP Begin: 09-28-2019POP End: 09-27-20202.00EA____________________________________3002Annual Test - West HavenContract Period: Option 3POP Begin: 09-28-2019POP End: 09-27-20201.00JB____________________________________3003Annual Test - NewingtonContract Period: Option 3POP Begin: 09-28-2019POP End: 09-27-20201.00JB____________________________________3004Repair HoursNormal Working HoursContract Period: Option 3POP Begin: 09-28-2019POP End: 09-27-202020.00HR____________________________________3005Repair HoursOutside of Normal Working Hours - to Include Federal HolidaysContract Period: Option 3POP Begin: 09-28-2019POP End: 09-27-20205.00HR____________________________________3006NTE Funds for Parts(Per specifications in SOW, paragraph 2.12)Contract Period: Option 3POP Begin: 09-28-2019POP End: 09-27-20201.00YR____________________________________4001Semi-Annual Preventative MaintenanceContract Period: Option 4POP Begin: 09-28-2020POP End: 09-27-20212.00EA____________________________________4002Annual Test - West HavenContract Period: Option 4POP Begin: 09-28-2020POP End: 09-27-20211.00JB____________________________________4003Annual Test - NewingtonContract Period: Option 4POP Begin: 09-28-2020POP End: 09-27-20211.00JB____________________________________4004Repair HoursNormal Working HoursContract Period: Option 4POP Begin: 09-28-2020POP End: 09-27-202120.00HR____________________________________4005Repair HoursOutside of Normal Working Hours - to Include Federal HolidaysContract Period: Option 4POP Begin: 09-28-2020POP End: 09-27-20215.00HR____________________________________4006NTE Funds for Parts(Per specifications in SOW, paragraph 2.12)Contract Period: Option 4POP Begin: 09-28-2020POP End: 09-27-20211.00YR____________________________________GRAND TOTAL__________________SECTION C - CONTRACT CLAUSESFAR NumberTitleDate52.227-14RIGHTS IN DATA—GENERAL ALTERNATE V (DEC 2007)MAY 2014C.1 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor's failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price.(End of Clause)C.2 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.(End of Provision)C.3 VAAR 852.273-70 LATE OFFERS (JAN 2003) This provision replaces paragraph (f) of FAR provision 52.212-1. Offers or modifications of offers received after the time set forth in a request for quotations or request for proposals may be considered, at the discretion of the contracting officer, if determined to be in the best interest of the Government. Late bids submitted in response to an invitation for bid (IFB) will not be considered.(End of Provision) ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download