J--Full Service Contract for Warehouse Electric Rider Forked Lift Trucks and Electric Forklift Pallet Trucks for the North Texas Health Care System

expired opportunity(Expired)
From: Federal Government(Federal)
36C25719Q0116

Basic Details

started - 19 Feb, 2019 (about 5 years ago)

Start Date

19 Feb, 2019 (about 5 years ago)
due - 22 Feb, 2019 (about 5 years ago)

Due Date

22 Feb, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
36C25719Q0116

Identifier

36C25719Q0116
Department of Veterans Affairs

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102973)VETERANS AFFAIRS, DEPARTMENT OF (102973)257-NETWORK CONTRACT OFFICE 17 (36C257) (4918)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, small and other than small businesses, to perform a potential requirement. Respondents are required to be registered and in good standing in The System for Award Management (SAM) https://www.sam.gov/SAM/ Purpose and Objectives: Your responses to the information requested shall assist the Government in determining the appropriate acquisition method. NAICS code: 811198 and Size Standard is $7.5 Million NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and CVE verified in VetBiz Registry https://www.vip.vetbiz.va.gov/ Project requirements: To provide a Full Service Contract for Warehouse Electric
Rider Forked Lift Trucks and Electric Forklift Pallet Trucks for the North Texas Health Care System Anticipated period of performance: TBD Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide the services required in the Draft Statement of Work. Include any certifications/qualifications current and past contract information that will support your capability statement. See the Draft Statement of Work (SOW), (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, small, etc.,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to Rastreva.Upshaw@va.gov and Victoria.Rone3@va.gov with the subject line "Sources Sought, Full Service Contract Warehouse Electric Rider Forked Lift Trucks and Electric Forklift Pallet Trucks/your company name" by 8:00 AM CST on Friday, February 22, 2019 Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice shall not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). STATEMENT OF WORK Warehouse Electric Rider Forked Lift Trucks and Electric Forklift Pallet Trucks Preventative Maintenance and Repair Background This Statement of Work describes the requirement for quarterly preventive maintenance and repair (PMR) services for Warehouse Electric Rider Forked Lift trucks and Warehouse Electric Forklift Pallet trucks. Services shall be provided for the VA North Texas Healthcare System s (VANTHCS) following locations: Dallas VA Medical Center, Fort Worth Outpatient Clinic, and Bonham Sam Rayburn Memorial Veterans Center. Dallas VA Medical Center 4500 S. Lancaster Rd. Dallas, TX 75216 Sam Rayburn Memorial Veterans Center 1201 E. 9th St. Bonham, TX 75418 Fort Worth VA Outpatient Clinic 2201 SE Loop 820 Fort Worth, TX 76119 Periods of Performance Base Year: Award to Date of Completion To Be Determined Option Year 1: To Be Determined Option Year 2: To Be Determined Option Year 3: To Be Determined Option Year 4: To Be Determined 1.0 Scope of Work / Place of Performance 1.1 Unless otherwise specified herein, the contractor shall provide all labor, personnel, supplies, and materials necessary for the maintenance and repair of Warehouse Electric Rider Forked Lift trucks and Warehouse Electric Forklift Pallet trucks as defined in this scope. The Government shall not provide labor, personnel, supplies, nor materials for this contract. 1.2. PMR shall include but not be limited to the following equipment: Location Make Model Serial# Frequency 4500 South Lancaster Rd, Bldg. 44, Dallas Texas, 75216 Dallas CRW WP3035-45 7A276015 90 DAYS Dallas CRW WP2335-45 5A806175 90 DAYS Dallas CRW WP2335-45 5A805744 90 DAYS Dallas CRW WP3035-45 7A276020 90 DAYS Dallas TOY 8HBW23 13043 90 DAYS Dallas TOY 8HBW23 13037 90 DAYS Dallas TOY 8HBW23 13042 90 DAYS Dallas TOY 7HBW23 46499 90 DAYS Dallas TOY 8HBW23 13041 90 DAYS Dallas TOY 8FGU20 74717 90 DAYS Dallas TOY 8FGU20 74708 90 DAYS Dallas HYUNDAI 30LC-7H HHKWWC14CD0000026 90 DAYS Dallas CRW WP2335-45 5A805937 90 DAYS 1201 E. 9th St, Bonham, Texas 75418 Bonham CLK ESC17 E357-0445-7255FB 90 DAYS Bonham CRW WP2300 5A372876 90 DAYS Bonham DAY 2LEB4 CBDA20151049 90 DAYS Bonham TBD TBD G068217 90 DAYS 2201 SE Loop 820, Fort Worth, Texas 76119 Fort Worth CLK GEX20 GEX2030-2130-9655 90 DAYS 2.0 Service Contractor Obligations The Contractor shall: Provide adequately supervised employees as required by the laws of the jurisdiction to carry out the services; and execute, perform and provide the services in every respect to the reasonable satisfaction of the VANTHCS; Ensure appropriately qualified and experienced persons, who shall be properly supervised or directed by the Contractor; Make good any damage to the equipment or any part thereof caused by any act or omission of the Contractor; Adhere to all rules and instructions within the VA Healthcare system (including any non-smoking policy, etc.); Immediately notify the Contracting Officer Representative (COR) in writing of all matters affecting its responsibility; Obtain the COR s approval for any Services to be undertaken outside the usual scheduled times for provision of the Services; Provide qualifications documents and job history of the Contractor s personnel if required by the COR; Provide evidence of training of all Service Contractor s personnel, if required by the COR; Ensure that any lost or unclaimed property found by the Contractor is passed to the COR at the first practicable opportunity; At the direction of the COR, remove from the VANTHCS location any of the Contractor s personnel who misconduct themselves or are incompetent or negligent in performing their duties or who the VANTHCS considers are undesirable to perform the Services; and Provide to the COR, within one week of commencement of the Contract, a schedule specifying the nature and timing of all PM work to be completed. 3.0 Preventive Maintenance Schedule and requirements The service contract will include quarterly operating inspections. All maintenance shall be followed in accordance with the operating and procedure manuals for all related equipment and as per manufacturer s guidance and instructions. Personnel performing any related work should be highly qualified and capable of handling their tasks correctly and efficiently. Each Routine Operating Inspection is to consist of the task-actions listed herein for each equipment type and to be performed at the frequency listed. 4.0 Additional Requirements 4.1. Parts and Material Replacement: Unless otherwise stated herein, consumables including adding limited quantities of lubricants are to be included as necessary to perform any Routing Operating Inspection(s) indicated with no extra charge. Only original parts are to be used. If not available, contractor shall report that to the COR and obtain his/her approval. All parts used in the performance of these maintenances shall be new. If parts can be rebuilt/remanufactured that meet OEM specifications, contractor should report that and obtain COR approval in advance. 4.2. Parts Warranty: Contractor will guarantee all parts replaced or repaired for one year. If any of these parts are defective the contractor shall replace them as per specified herein with no extra charge even if the contract period has expired. 4.3. Workmanship Warranty: The contractor shall guarantee the quality of all workmanship of the Analysis Service that is performed under the scope of services for a period of sixty (60) days after completion. Upon written notification within such period, the contractor will agree to remedy and redo any service in a timely manner without cost to the VA. 5.0 Safety and Accident Prevention: 5.1. The contractor shall formulate and submit, within 30 days after the conditional contract award date, a written safety and health plan for acceptance by the Government. The written plan shall include the details of the contractor's safety organization, responsibilities, method of program implementation, and how hazards and deficiencies shall be identified and corrected. It shall detail employee's responsibilities for protection of Government property and safety of others, employee's responsibilities for reporting all mishaps, and establish procedures for reporting or correcting unsafe conditions, hazards, or practices. The plan shall also contain mishap notification and reporting procedures. The contractor shall have a central POC for safety and health related issues. The POC shall be identified in writing to the COR. 5.2. The contractor shall ensure employees have safety education when engaged in activities involving Government facilities, personnel, or equipment. 5.3 The contractor shall immediately notify USDA safety personnel of all accidents/incidents involving employee use of and/or damage/injury to facilities, equipment, or personnel. 5.4 The contractor shall require their personnel to wear safety shoes/boots IAW OSHA standards. 5.5 The contractor shall provide all required personal protection equipment, e.g. respirators, hearing protection, eye protection, gloves, steel-toed boots, aprons, masks, face shields, reflective vests, etc. IAW OSHA standards. 6.0. Environmental Requirements 6.1 The contractor shall comply with all federal, state, and local environmental laws, and USDA policies and regulations to include but not limited to Resource Conservation and Recovery Act (RCRA), Safe Water Drinking Act (SWDA), the Clean Air Act (CAA), and Federal Facilities Compliance Act (FFCA). 6.2 The use, handling, storage, and disposal of all toxic, hazardous, special or radiological wastes/materials shall be IAW all local, state, federal, and USDA environmental regulations and procedures. Personnel shall be trained by the Government on proper procedures to include spill response and clean up. 6.3 The contractor shall provide a complete environmental plan to assure compliance with all environmental statutes and regulations. One copy of the plan shall be provided to the COR at the pre-performance conference and as changes occur. 7.0 Equipment Maintenance Special Instructions 7.1. The following maintenance and operational checks will be made at each periodic PMR visit in addition to the checkpoints described below: 1. Starting System 1.1. Clean batteries and cables. 1.2. Check and record specific gravity of lead-acid batteries. 1.3. Check for proper starter operation noting any unusual noises. 1.4. Check for proper cranking motor disconnect. 1.5. Load test the battery set. 2. Battery Charging System 2.1. Check battery charger for proper operation. 2.2. Check battery charging alternator for proper output. 2.3. Tighten all battery connections. 2.4. Check electrolyte level and fill. 3. Lube Oil System 3.1. Check oil level. 3.2. Check engine oil pressure 3.3. Check oil filter differential pressure 3.4. Take sample of lube oil for analysis (once per year). Provide report to COR. 4. Air Intake and Exhaust System 4.1. Check clean air condition. 4.2. Listen for any unusual noises from this area. 4.3. Check air intake louvers for proper operation. 4.4. Insure that air intake flow is not unduly restricted. 4.5. Exhaust system 4.6. Inspect exhaust silencer, flexible connection and exhaust piping. 4.7. Visually check exhaust outlet for excessive smoking. 4.8. Visually check crankcase breather for excessive smoking. 4.9. Check the exhaust temperature of each cylinder with infra-red gun 4.10. Cooling System 4.11. Check coolant level. 4.12. Check for proper amount of anti-freeze. Add as needed. Report findings. 4.13. Check radiator core for obstruction or buildup of foreign material. 4.14. Check general condition of engine coolant. 4.15. Check all belts for wear and proper tension. 4.16. Check all hoses for cracks and brittleness. 4.17. Check jacket water heaters and thermostats for proper operation. 5. Additional checks 5.1. Tighten loose wiring connections and note any potential problems. 5.2. A.C. Power Generator 5.3. Make a general inspection of all electrical connections on regulator and generator. 5.4. Inspect generator brushes and slip rings. 5.5. Grease bearings if necessary. 5.6. Check and adjust voltage regulator. 5.7. Replace any blown fuses. 5.8. Carefully inspect engine for leaks or deterioration. 5.9. Make note of any unusual sounds during walk-around inspection. 5.10. Review the Material Safety Data Sheet (MSDS) and dispose of the coolant at an authorized recovery facility. 5.11. Additional repairs, parts, and labor will not be completed under this contract. The COR shall be responsible for continuous observations of the contractor's performance under this contract. All observations of incomplete or defective performance, or safety and health standards violated shall be recorded. Written notices issued by the CO shall require the contractor to reply, in writing, to the CO within five workdays after receipt, explaining reasons for the existing conditions, the corrective action, and procedures taken to prevent recurrence. Copies of the PM Service reports must be provided to the COR. 8.0 Other Pertinent Information or Special Considerations 8.1. The contractor will provide service technicians that are specialized in serving the equipment above and have OEM training on these devices. 8.2. In the event any of the devices listed above have been removed from service prior to the start date of this contract or during the contract performance period, the cost will be prorated or credited back based off the specific devices annual contracted price. 8.3. Identification of Possible Follow-on Work Any service ticket that is still open and not closed out prior to the last day of this service contract will still be covered under the contract until the repair has been completed. 9.0 Risk Control See Section 5 for general safety guidelines regarding the contractor s work area. The VA Medical Center does provide PPE in the event the contractor needs gloves, gowns, mask, or face shields to safely protect themselves while servicing the warehouse equipment.

Department of Veterans Affairs;North Texas Health Care System;Dallas, Fort Worth, Bonham Locations;4500 S. Lancaster Road;Dallas, Texas 75216 USALocation

Place Of Performance : Department of Veterans Affairs;North Texas Health Care System;Dallas, Fort Worth, Bonham Locations;4500 S. Lancaster Road;Dallas, Texas 75216 USA

Country : United States

Classification

811 -- Repair and Maintenance/811198 -- All Other Automotive Repair and Maintenance
naicsCode 811198All Other Automotive Repair and Maintenance
pscCode JMaintenance, Repair and Rebuilding of Equipment: Ores, Minerals, and Their Primary Products