Generator Service and Load Bank Test
ID: 36C26025Q0192Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for generator service and load bank testing at the Roseburg VA Health Care System in Oregon. The procurement includes annual servicing of generators according to manufacturer specifications and a mandatory 4-hour load bank test in compliance with NFPA 110 standards, ensuring reliable power supply for critical operations. This contract emphasizes the importance of adhering to safety and environmental guidelines while supporting veteran-owned businesses in federal contracting. Interested contractors must submit their offers, including a signed solicitation document and relevant certifications, to Robert B Weeks at robert.weeks@va.gov or by phone at 253-888-4939, with work expected to commence within 60 days of notice.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs is preparing to solicit quotes for Generator Service and Load Bank Testing at the Roseburg VA Medical Center in Oregon, under solicitation number 36C2025Q0192. The contract will be a firm, fixed-price award, set aside for Service-Disabled Veteran-Owned Small Business concerns (SDVOSBC). The applicable NAICS code for this project is 811310, pertaining to commercial and industrial machinery maintenance, with a small business size standard of $12.5 million. The estimated performance period is 60 days following the issuance of the notice to proceed. The solicitation is expected to be available on or around February 28, 2025, with a closing date of March 10, 2025, at 3:00 PM Pacific Time. Interested vendors must ensure their registration in the System for Award Management (SAM) is current and includes the relevant NAICS code. The notice serves as an invitation for qualified small businesses to participate in this procurement opportunity while highlighting the importance of compliance with registration requirements.
    The document outlines a Request for Quotation (RFQ) for generator service and load bank testing by the Roseburg VA Health Care System, with an emphasis on compliance with Veterans Affairs (VA) standards. The procurement is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) requiring certification at the time of offer and award. Key requirements include a signed solicitation document, completion of a clause regarding limitations on subcontracting, and inclusion of the contractors' SAM UEI number and tax ID. Service tasks include annual generator servicing per manufacturer specifications and a mandatory 4-hour load bank test in alignment with NFPA 110 standards. Performance monitoring, security protocols, and licensing requirements are outlined, emphasizing contractor adherence to safety standards and environmental guidelines. The contract period is defined, with work to commence within 60 days of notice. Invoicing will be conducted electronically, and contractors must ensure compliance with specific clauses related to government contracts. This RFQ illustrates the VA's strategy to ensure quality service while supporting veteran-owned businesses effectively.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically applicable in Oregon's Coos, Curry, and Douglas counties. Wage Determination No. 2015-5579, Revision No. 24, established minimum wage rates linked to Executive Orders 14026 and 13658. Contracts initiated or extended post-January 30, 2022, must adhere to a minimum wage of $17.75 per hour, while contracts between January 1, 2015, and January 29, 2022, reverting to at least $13.30 per hour. A comprehensive list of occupations with associated wages and mandatory fringe benefits is provided, emphasizing requirements for health benefits, vacation, and holidays. Additionally, the SCA mandates contributions for paid sick leave and outlines procedures for classifying unlisted job roles and conforming wage rates. The report serves as a guideline for federal contractors, stressing compliance with federal wage regulations, ultimately portraying the government’s commitment to worker protections and standards within governmental contracting processes. Ensuring compliance will safeguard employees' rights while fostering equitable labor practices in federal engagements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J061--Services FY24 1x - BK & SA Load Bank Testing
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for generator load bank testing services at the Brooklyn and St. Albans Campuses of the New York Harbor Healthcare System. The procurement aims to ensure compliance with Joint Commission and NFPA requirements through the testing and maintenance of fifteen generators, with a focus on safety standards and necessary certifications. The selected contractor will be required to complete testing services within 30 days of contract award and corrective maintenance within 150 days, with submissions evaluated based on technical capability, past performance, and pricing. Interested vendors must submit their quotes by March 10, 2025, and can contact Anthony Murray at anthony.murray2@va.gov or (518) 626-6138 for further inquiries.
    J059--Facilities Maintenance | Generators | Generator Load Bank Testing and Semi-Annual Maintenance | 460
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor for facilities maintenance services focused on generators, specifically for generator load bank testing and semi-annual maintenance at the Wilmington VA Medical Center in Delaware. The procurement aims to ensure operational readiness and service continuity for essential equipment through comprehensive maintenance, including annual inspections, emergency repair services, and adherence to manufacturer guidelines. This contract, designated as RFQ 36C24425Q0352, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and spans a base year with four option years, from April 1, 2025, to March 31, 2030. Interested vendors must submit their proposals by March 5, 2025, and can contact Contracting Officer Loretta Payne at loretta.payne@va.gov or 412-860-7204 for further information.
    J028--Emergency Generator Preventative Maintenance and Load Bank Testing
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for emergency generator preventative maintenance and load bank testing services at the Dayton VA Medical Center. The contract encompasses servicing 19 generators across 13 buildings, ensuring compliance with VA Directive 1028 and NFPA standards through regular load bank testing and maintenance. This initiative is critical for maintaining operational readiness of emergency power systems, which are vital for the facility's infrastructure and safety during emergencies. Interested contractors should contact Mary Jane Crim at MaryJane.Crim@va.gov, with the total contract value estimated at $12.5 million and the opportunity including a firm-fixed price task order for an initial year with options for four additional years.
    Legionella and SPS water Testing for Roseburg and Eugene VAMC
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Legionella and Safety Potable Systems (SPS) water testing services for the Roseburg VA Healthcare System, with the contract identified under solicitation number 36C26025Q0267. The procurement aims to ensure comprehensive water testing in compliance with Veterans Health Administration directives, requiring the contractor to utilize an accredited laboratory for sample analysis and to provide all necessary labor and materials. This service is critical for maintaining safe water quality standards within the healthcare system, emphasizing the importance of prompt response times and quality monitoring. The contract, valued at up to $17.5 million, is set for a base year from April 1, 2025, to March 31, 2026, with four additional option years, and is exclusively reserved for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested parties should contact Brian Millington at brian.millington@va.gov for further details.
    S222-- Shower Trailer Waste Pumping Services Base Plus Two
    Buyer not available
    The Department of Veterans Affairs is seeking qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to provide shower trailer wastewater pumping services at the Roseburg VA Health Care System in Oregon. The procurement involves maintaining sanitary conditions for two trailers through weekly inspections, wastewater disposal in compliance with local regulations, and maintenance reporting on any issues identified. This contract, valued at approximately $9 million, includes a base year plus two option years, emphasizing the importance of public health standards in VA services. Interested vendors must submit their proposals by March 18, 2025, and can direct inquiries to Contract Specialist Robert B. Weeks at robert.weeks@va.gov.
    Boiler Plant Services
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for Boiler Plant Services to support the St. Cloud VA Health Care System. The contract, valued at approximately $12.5 million over five years, requires the provision of services such as instrumentation calibration, combustion tuning, device testing, and motor vibration analysis, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). These services are critical for maintaining the safety and efficiency of boiler equipment, ensuring compliance with federal, state, and local regulations. Interested contractors should contact Timothy Kimmel at timothy.kimmel@va.gov or John Milroy at john.milroy@va.gov for further details, with the contract including a base year and four option years, and adherence to wage determinations under the Service Contract Act is mandatory.
    J091--Tank Testing and Veeder Root Installation Brand Name or Equal
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a federal contract titled "J091--Tank Testing and Veeder Root Installation Brand Name or Equal," aimed at enhancing fuel management systems at the Central Texas Veterans Health Care Facility in Waco, Texas. The project requires the contractor to conduct pressure testing on 12 fuel tanks, install Veeder Root monitoring systems at eight locations, and replace essential components, all within a 120-day performance period. This initiative is critical for modernizing the facility's fuel management capabilities while ensuring compliance with safety and regulatory standards. Interested bidders, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit their proposals electronically, with a project budget estimated between $250,000 and $500,000. For further inquiries, contact Contract Specialist Makarim (AJ) Abdul-Jabbar at Makarim.Abdul-Jabbar@va.gov.
    J065--Generator Preventative Maintenance and Inspections
    Buyer not available
    The Department of Veterans Affairs is seeking qualified businesses to provide Generator Preventative Maintenance and Inspections at the Asheville Veterans Affairs Medical Center (VAMC) in North Carolina. The procurement involves maintenance for five specific generator models, including those from Cummins, CAT, Kohler, and Generac, ensuring their operational efficiency and reliability. This initiative is part of the VA's commitment to maintaining critical infrastructure for medical services, emphasizing the importance of reliable power sources in healthcare settings. Interested parties must submit their capability statements, including company details and socioeconomic information, by March 5, 2024, at 10:00 AM EST, directed to Contract Specialist Kristine Woodbury at kristine.woodbury@va.gov.
    Skybridge Test Rail Anchors
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the procurement of Skybridge Test Rail Anchors at the Portland VA Medical Center, with a focus on supporting Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This contract, valued at $11.5 million, aims to enhance infrastructure at the VA Portland Health Care System, aligning with federal and state requirements for healthcare facility modernization. Interested vendors must ensure they are registered in the SAM.gov database and submit their proposals by March 21, 2025, with all inquiries directed to Andrew Barrow at andrew.barrow@va.gov or Colleen M Nicholson at Colleen.nicholson@va.gov by March 7, 2025.
    Z1DA--REPAIR SEWER PIPING BLDG 4
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the repair of a collapsed sewer line at the Salem VA Medical Center, with the project valued under $25,000 and set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The scope of work includes diagnosing the sewer issue, excavating, replacing the damaged piping, and restoring the affected areas, with a requirement that SDVOSBs perform at least 15% of the work using their own workforce. This initiative not only addresses critical infrastructure needs at the medical center but also supports veteran-owned businesses in the contracting process. Interested bidders must register in the System for Award Management (SAM) and submit their proposals electronically by March 25, 2025, with a public bid opening scheduled for March 26, 2025; a pre-bid conference will be held on February 26, 2025, for site inspection. For further inquiries, bidders can contact Contract Specialist Intern Chanel C Johnson at Chanel.Johnson@va.gov.