The government contract opportunities enclosed with this email are provided to you by the Maryland APEX Accelerator. If you would like to add or delete search criteria to your custom profile you may contact the Office Coordinator at: Tel: (301) 405-6550 or Email: ptapadmn@umd.edu.



VETERANS AFFAIRS, DEPARTMENT OF, VETERANS AFFAIRS, DEPARTMENT OF, 241-NETWORK CONTRACT OFFICE 01 (36C241), ONE VA CENTER, TOGUS ME 04330


J -- J041--Comairco Air Compressor SC SOL 36C24125Q0507 DUE 06/10/2025 at 05:00PM -04:00 POC Kenya Mitchell, Kenya.Mitchell1@va.gov, tel:860-666-69511 The Department of Veteran Affairs, Networking Contracting Office (NCO1) located at 1 VA center, Augusta ME 04330 intends to enter into a sole source procurement, pursuant to the authority of FAR 6.302-1, with Comairco for the following requirement: Statement of Work: Air Compressor Service Contract Place of Performance: 1 VA center, Augusta ME 04330 Augusta, ME 04330 Period of Performance: Base + 4 Option Years (Options Years will be exercised at the Governments discretion) Performance Work Statement Air Compressor Service Contract Service provider shall provide service every 6-month for the existing 4 compressors located in B238 Boiler Plant (BP) and B201 Grounds and the air dryer(s). Service will need to be completed Monday through Friday 0700 to 1530 excluding federal holidays unless called in for emergent/urgent repairs. All routine service visits will be scheduled through the BP Supervisor and the COR a minimum of 4-weeks in advance. Successful bidder will be a Comairco Authorized/Certified Service provider capable of providing service to all items including non Comairco equipment listed under Equipment to be Services . All replacement parts to be original equipment manufacturer parts. Service to be completed to meet or exceed that required by the manufacturer and O&M manuals. Equipment to be Serviced: Air Compressor, Sullair, M#: ES8-15H, SN#: 003-109078, located B238 RM200, serving BP Air Compressor, Sullair, M#: ES8-15H, SN#: 003-109079, located B238 RM200, serving BP Air Compressor, Sullair, M#: ES8-15H, SN#: 003-109080, located B238 RM200, serving BP Air Compressor, Hausfeld, M#: CE700600AJ, SN#: L1/28/2014-00026, located B201 Rm100, serving Grounds Air Dryer(s), Great Lakes, M#: GRF-75A-116, SN#: 52681 Overall Service Description provided every six month: The following generally explained service will be provided for the equipment listed in this contract: Check and tighten all electrical connections Verify operation and condition of electrical contacts (where applicable) Inspect electrical wiring Inspect and service condensate auto drains Inspect flexible and solid pipes including fittings and specialties for leaks Inspect cooling systems. Inspection of in-line filtration equipment General cleaning and inspection of compressors. Identification of problems or areas of concern. Provide field service report, electronically within 5 business days of service and provide a face to face out brief prior to departure when inspection is complete. Provide recommendations for repairs and fixes of existing and potential problems or services needs. Semi-annual service (6-month): Replace the air inlet filter (where appropriate). Replace the fluid filter. Perform fluid analysis. Motor bearing lubrication (where appropriate). Inspection of the air/oil separator elements. Check all electrical connections and tighten. Check condition and operation of electrical contacts (where appropriate) Inspection of all electrical wiring. Inspection and servicing of all condensate auto drains. Inspection of all flexible and solid pipe work including fittings for leaks. Check and inspection of cooling system. (Cooler will be blown out with compressed air if necessary) Inspection of all in-line filtration equipment. Annual service: Install new Sullube 32 compressor oil Install new Champ Lube compressor oil. Install new separator elements. Clean and inspect oil return line components. Replace the air inlet filter. Replace the fluid filter. Perform fluid analysis. Rebuild the pressure regulator valve. Install new belt. Clean and reset all controls to factory specifications. Motor bearing lubrication 3 Check all electrical connections and tighten. Check condition and operation of electrical contacts Inspection of all electrical wiring. Inspection and servicing of all condensate auto drains. Inspection of all flexible and solid pipe work including fittings for leaks. Check and inspection of cooling system. (Cooler will be blown out with compressed air if necessary) Emergency Call Back Service: The Contractor must respond to emergency call back service, within two hours or less, and will be provided in response to requests by telephone or otherwise from the (1) Contracting Officer, (2) COR, or (3) their designees in case of a malfunction or if emergency trouble should develop between regularly scheduled maintenance. This call back service shall be covered based on the predetermined hourly rate utilizing the contingency included in this contract for parts labor and materials. Contingency: Successful bidder to include a $5,000 contingency in this contract for use by the VA to cover emergency call back services, as well as unforseen parts, labor and materials required for repairs throughout the year. COR/CO will provide verbal approval followed by written e-mail confirmation of times when this contingency can be utilized. Successful bidder will be responsible for tracking this line item and the remaining available balance. Work/Service provided by VAME: Coordinate with affected departments Provide escorts if required. Isolate potential energy as part of the LOTO process Per VA Directive 1085, smoking, vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service provider and their employees. Service provider s employees shall not enter the facilities without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the facilities. All employees of the service provider shall comply with VA security management program and obtain permission of the VA police, be identified by service and employer, and restricted from unauthorized access. Service providers are required to have a badge request form filled out for all personnel (employees, sub-service providers, consultants, inspectors, etc.) Who will be on-station. Service provider will bring completed request forms to the project COR for signature. Service provider will then take signed badge requests to the VAME police department for processing prior to starting work on station. No personnel are allowed to perform any work on station before being issued a badge. No personnel are allowed to perform work on station if their badge is expired. No photography of VA premises is allowed without written permission of the contracting officer. Patients and staff are not to be photographed at any time. VA reserves the right to close down or shut down the facilities and order Service provider s employees off the premises in the event of a national emergency. The Service provider may return to the site only with the written approval of the contracting officer. Prior to commencing work onsite, and each year thereafter, all Service providers and their provider personnel shall provide proof of receipt of seasonal influenza vaccination in compliance with VHA Direction 1013. Prior to commencing work onsite, all Service providers and provider personnel shall provide proof of receipt of required COVID vaccinations and boosters in compliance with current VHA Directives. Prior to commencing work onsite, all Service providers and provider personal shall provide proof of receipt of required Tuberculosis testing in compliance with VHA Directive 1131(5), dated June 4th, 2021 Parking for Service provider and its employees shall be in designated areas only. Service provider to coordinate with Contracting Officer s Representative. Parking shall be first-come first-serve. The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the contracting officer. The Service provider shall hold and save the government, its officers, and agents, free and harmless from liability of any nature occasioned by the Service provider's performance. Working space and space available for storing materials shall be as determined by the COR. Workers are subject to rules of Medical Center applicable to their conduct. Execute work in such a manner as to interfere as little as possible with work being done by others. Provide COR with a report or statement of work completed and include statements with requests for payment. Statement should include service completed and the date each service items was completed. All service providers will sign in and out at engineering upon arrival and departure from station daily. Logbook can be found at B202, 2nd floor engineering. Vendor must obtain a Hot Work Permit from the V.A. Fire Department before conducting any cutting, grinding, or welding operations. Vendor must obtain a Confined Space Permit from Safety before entering a confined space. Vendor must a Lock Out Tag Out Plan (LOTO) before starting work on any equipment that will be out of service or de-energized. Payment processed through Tungsten/IPPS. Invoices to be submitted in draft form digitally to the COR for review prior to submission in Tungsten/IPPS. Invoicing for services rendered. All communications in regard to this contract should include the following number in the communication 402-25-206SC. The NAICS code for this requirement is 238220 with a small business size standard of $19 million. This notice of intent is not a solicitation nor is it a request for proposal. However, interested parties that believe they can satisfy the requirement listed above must clearly identify their capability to do so in writing by Tuesday, June 10, 2025 at 5:00 PM EST time. Responses should be sent to Kenya Mitchell at Kenya.mitchell1@va.gov. Information submitted in response to this notice will be used solely to determine whether competitive procedures could be used for this acquisition. A determination not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. URL: https://sam.gov/opp/e7c5edbafc1343dfb34ff4da002e33ae/view

OutreachSystems Article Number: 20250604/PROCURE/0173
Matching keyword(s): wiring?;