Caterpillar Generator Maintenance - Chelmsford MA CMOP
ID: 36C77026Q0048Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNATIONAL CMOP OFFICE (36C770)LEAVENWORTH, KS, 66048, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for preventative maintenance services for two Caterpillar C15 generators at the Consolidated Mail Outpatient Pharmacy (CMOP) in Chelmsford, Massachusetts. The contract encompasses a base year starting January 1, 2026, and includes four option years through December 31, 2030, requiring services such as quarterly and annual preventive maintenance, load bank tests, and battery replacements. These generators are critical for ensuring operational reliability and compliance with safety standards, necessitating a Caterpillar-authorized service provider. Interested bidders must submit their proposals by December 9, 2025, at 3:00 PM CST, via email to Teresa Clark at Teresa.Clark3@va.gov, including proof of Caterpillar Certification and adherence to the U.S. Department of Labor Wage Determination No: 2015-4055.

    Point(s) of Contact
    Teresa L Clark
    Teresa.Clark3@va.gov
    Files
    Title
    Posted
    This government solicitation (36C77026Q0048) from the Department of Veterans Affairs seeks proposals for preventative and unscheduled maintenance services for two Caterpillar generators at the Consolidated Mail Outpatient Pharmacy (CMOP) in Chelmsford, MA. The contract covers a base year (2026) and four option years (2027-2030), with services including annual PM1s, PM2s, load bank tests, and three-year services, plus battery replacements in specific years. Bidders must provide proof of Caterpillar Certification and comply with the U.S. Department of Labor Wage Determination No: 2015-4055. The contract will be awarded based on a Lowest Price Technically Acceptable (LPTA) evaluation. Proposals are due by December 9, 2025, at 3:00 PM CST, via email to Teresa.Clark3@va.gov, and must include specific forms and the price/cost schedule.
    This government file, likely an RFP or grant document, outlines specific requirements for various project components. It details procedures for managing hazardous materials, including asbestos, lead-based paint, and universal wastes, emphasizing regulatory compliance and safety. The document also provides guidelines for construction and renovation activities, focusing on infrastructure upgrades, system installations, and maintenance protocols. Key sections address project scope, technical specifications, and compliance with environmental and safety standards. The structure of the document, with its numbered sections and detailed descriptions, suggests a formal request for proposals or a comprehensive grant application, ensuring that all aspects of a project, from initial assessment to final implementation, adhere to established government mandates.
    This document outlines the preventive maintenance schedule for generators at the Chelmsford CMOP, detailing quarterly, annual, and three-year service tasks, along with battery replacement procedures. Quarterly maintenance includes checking battery electrolyte, sampling engine oil and cooling system coolant, draining fuel tank water, inspecting hoses and clamps, performing visual inspections, and operational checks of the control panel. Annual tasks involve rotating units, inspecting the alternator, belts, and engine protective devices, testing cooling system SCA, cleaning and tightening the cylinder head grounding stud, changing engine oil and filters, replacing fuel system filters, cleaning magnetic pickups, checking generator set alignment and vibration, cleaning the engine crankcase breather, checking generator and stator leads, testing insulation, and cleaning the radiator. Every three years, the cooling system coolant is changed, coolant extender is added, the water temperature regulator is replaced, and components like the crankshaft vibration damper, engine mounts, speed/timing sensors, engine valve lash and rotators, starting motor, turbocharger, water pump, and generator bearing are inspected or lubricated. Battery replacement mandates using OEM-approved batteries, cleaning and torquing terminals, and environmentally disposing of old batteries. This comprehensive schedule ensures the generators' operational reliability and compliance with maintenance standards.
    This Performance Work Statement outlines the requirements for preventive maintenance services for Caterpillar emergency standby generators at the VA Consolidated Mail Outpatient Pharmacy (CMOP) in Chelmsford, MA. The VA seeks a Caterpillar-authorized and certified service provider for a firm-fixed-price contract with a base year and four one-year ordering periods. Services include quarterly preventive maintenance (PM1 and PM2), annual two-hour load bank tests using a contractor-provided 500-kW load bank, three-year extended services, and battery replacements. All services must be performed on two Caterpillar C15 generators (500 kW / 625 kVA) on Saturdays, scheduled with the COR. Emergency repairs require a technician dispatch within four hours, with the contractor providing a standby unit if the primary generator fails. Documentation compliant with NFPA 110 is required within five business days of service, and critical deficiencies necessitate immediate phone notification and written follow-up within 24 hours. Performance standards emphasize timeliness, quality of work adhering to OEM specifications, OSHA and Caterpillar safety compliance, and prompt customer service.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J030--Request for Quote Emergency Generator Repairs Baltimore VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to perform emergency generator repairs at the Baltimore VA Medical Center. The procurement involves corrective maintenance on six Cummins Allison diesel generators, requiring restoration to original equipment manufacturer (OEM) standards, including repairs to leaks, exhaust systems, and fuel pumps, while adhering to NFPA, EPA, and OSHA regulations. This contract is crucial for maintaining reliable emergency power infrastructure at the facility, ensuring compliance with safety and operational standards. Interested parties must submit their quotes by December 22, 2025, at 13:00 Eastern Time, and can direct inquiries to Contract Specialist Patricia Thai at Patricia.Thai@va.gov.
    J061--Generator Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide generator maintenance services at the Clement J. Zablocki Veterans Affairs Medical Center in Milwaukee, Wisconsin. This presolicitation notice, identified as 36C25226Q0035, outlines the need for maintenance and repair of electric wire and power distribution equipment, categorized under Product Service Code J061 and NAICS Code 811310. The services are critical for ensuring the reliability and functionality of power systems within the facility, which is essential for supporting the healthcare services provided to veterans. Interested parties must submit their proposals by December 22, 2025, at 6:00 AM Central Time, and can direct inquiries to Contract Specialist Derrick Paquette at Derrick.Paquette@va.gov or by phone at 414-844-4859.
    W012--6-Month Diesel-Powered Mobile Pump Rental
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking proposals for a 6-month rental of a diesel-powered mobile fire pump for the C.W. Bill Young VA Medical Center. The required pump must deliver a flow rate of 2000 gallons per minute, operate independently for 12 hours on its diesel supply, and include remote monitoring capabilities, with the contractor responsible for installation and compliance with NFPA testing standards. This procurement is particularly significant as it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the commitment to supporting veteran entrepreneurs. Interested parties should note that the deadline for submitting proposals has been extended to December 12, 2025, at 4:30 PM EST, and inquiries must be submitted by November 11, 2025, at 12:30 PM EST; for further information, contact Lakiesha S Anderson at Lakiesha.Anderson@va.gov.
    Genset Preservation
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking information from interested sources for the procurement of LCC-19 Genset Preservation and Installation Support Services. The requirement includes the purchase of three (3) Caterpillar (CAT) 3516E Generator Sets, emphasizing the need for brand-name equipment to ensure compatibility and performance standards. This procurement is crucial for maintaining operational readiness and reliability of power generation systems within the Navy's infrastructure. Interested vendors must submit their capability statements, not exceeding three pages, to Contract Specialist Joseph Aprile at joseph.w.aprile2.civ@us.navy.mil by December 11, 2025, with the subject line "44-0050." Please note that this notice is for information gathering purposes only and does not constitute a contract or a commitment by the Government.
    J061--UPS Maintenance - NWI
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for Uninterruptible Power Supply (UPS) maintenance services for the Nebraska Western Iowa Healthcare System. This procurement, identified by solicitation number 36C26326Q0162, requires comprehensive maintenance, including semiannual preventive services, battery replacements, and full-service repairs for various UPS units across multiple VA facilities in Nebraska and Iowa. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a firm fixed-price base contract with four option years, covering the period from January 1, 2027, to December 31, 2030. Interested contractors must submit their quotes via email to James Miller at james.miller4@va.gov by December 11, 2025, and ensure they are registered in the System for Award Management (SAM) database. Technical questions are due by December 4, 2025.
    Y1DZ--523A4-20-208 Replace Boilers and Upgrade Controls
    Buyer not available
    The Department of Veterans Affairs is seeking a general contractor for the project titled "Replace Boilers and Upgrade Controls" at the West Roxbury VA Medical Center in Massachusetts. This procurement involves the demolition, modification, and renovation of the existing Central Boiler Plant (Building 8), with an estimated construction magnitude between $50 million and $100 million and a performance period of 943 calendar days. The project is critical for upgrading essential infrastructure to support the medical center's operations. A Request for Proposal (RFP) is expected to be posted around November 21, 2025, and interested contractors must be registered in the System for Award Management (SAM). For further inquiries, contact Contracting Officer Heather Libiszewski-Gallien at Heather.Libiszewski-Gallien@va.gov or by phone at 413-584-4040 ext 6386.
    J065--Medical Gas Inspections, Testing and Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the inspection, testing, and maintenance of medical gas systems at the James J. Peters VA Medical Center in Bronx, NY. The contract encompasses the annual inspection and certification of various medical gas and vacuum systems, including oxygen, medical air, nitrous oxide, vacuum, and nitrogen systems, across multiple buildings with approximately 1550 outlets, adhering to established safety standards such as NFPA 99 and ASSE certifications. This procurement is critical for ensuring the safety and reliability of medical gas systems, which are vital for patient care in healthcare facilities. Interested service-disabled veteran-owned small businesses must submit their quotes by 4:30 PM EST on December 9, 2025, to the Contract Specialist, Christopher J Weider, at Christopher.Weider@va.gov, with the contract set to begin on January 13, 2026, and a total value determined by the proposals received.
    Z1DA--Upgrade Facility Generator Controls Construction 585-25-103
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for a sole-source upgrade of facility generator controls at the Oscar G. Johnson VA Medical Center in Iron Mountain, Michigan. The project, identified as 36C25226B0003, involves replacing outdated Cummins generator control systems with modernized PCC3.3 Controllers and a DMC 8000, along with necessary wiring and communication card upgrades, to ensure compliance with emergency power requirements and Joint Commission reporting. This upgrade is critical for maintaining the Emergency Power Standby System (EPSS) that supports the medical center's operations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their company information, relevant experience, and plans for meeting small business subcontracting requirements by December 1, 2025, to the Contract Specialist, Donita Grace, at Donita.grace@va.gov.
    Maintenance for Medrad Injector System
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for preventative and corrective maintenance services for Bayer Medrad Injector Systems at the Audie L. Murphy Memorial Veterans Hospital in San Antonio, TX, and the Kerrville VA Medical Center. The contract includes a 12-month base period and four additional 12-month option years, requiring compliance with various standards such as NFPA-99 and OSHA, as well as specific response and repair times, annual preventive maintenance, and detailed documentation of services. This maintenance is crucial for ensuring the operational reliability and safety of medical equipment used in patient care. Interested vendors must demonstrate their qualifications and submit proposals, with contact inquiries directed to Astrid McKinney at astrid.mckinney@va.gov or by phone at 254-654-9608.
    Annual Medical Gas Inspection and Repairs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on annual medical gas and vacuum inspection, certification, and emergency repairs at the Kansas City VA Medical Center. This five-year contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires contractors to ensure compliance with NFPA 99 (2024 Edition) and VHA Directive 7515, providing comprehensive inspections and testing of medical gas systems and related equipment. The contract includes a guaranteed minimum of $54,520.00 and a ceiling of $300,000.00, with monthly invoicing required. Interested parties must submit their offers by December 12, 2025, at 3:00 PM CST, and can contact Lisa Fischer at lisa.fischer1@va.gov or 913-946-1996 for further information.