SPECIAL NOTICE
J -- Notice of Intent to Sole Source - Heat & Power (CHP) Maint Albany VA Medical Center, Albany NY Base Plus 4 Year Option
- Notice Date
- 2/26/2025 10:53:54 AM
- Notice Type
- Special Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24225Q0384
- Response Due
- 3/10/2025 12:00:00 PM
- Archive Date
- 05/09/2025
- Point of Contact
- Julie Monagan Barnard, Contract Specialist, Phone: 607-590-1325
- E-Mail Address
-
julie.monaganbarnard@va.gov
(julie.monaganbarnard@va.gov)
- Awardee
- null
- Description
- Notice Type: Special Notice of Intent to Sole Source This is a SPECIAL NOTICE ANNOUNCEMENT ONLY. The Department of Veteran Affairs, VISN 2 Network Contracting Office intends to award a sole source contract for the Albany VA Medical Center in Albany, NY. This proposed contract action is for a service in which the Government intends to award a Base Period plus four (4) Option Periods, firm fixed-price contract with only one source; Martin Energy Group Services LLC (SAM UEI: VWW9WR2XNMJ5) located at 70150 Highway 50, Tipton, Missouri 65081-3128 under the authority Federal Acquisition Regulation (FAR) Part 6.302-1 (a)(2), only one responsible source. Place of Performance: Department of Veterans Affairs Samuel Stratton VA Medical Center 113 Holland Ave Albany, NY 12208 Purpose and Objectives: The contractor will provide a one (1) year base plus four (4) option years support and preventative maintenance service on the CHP Cogen Combined Heat & Power system gas-fired combined heat and power unit providing all necessary on-site labor, materials, preventative maintenance, operational modifications, and application support for VA owned Martin Energy CHP Unit located at the Albany VA Medical Center in accordance with manufacturer specifications. The Contractor shall be authorized by the Original Equipment Manufacturer (OEM) in the repair of all equipment listed within this contract. The OEM for this requirement is Martin Energy Group Services LLC. Contractor shall maintain qualifications throughout entire contract period. Qualification includes but not limited to the certification of all repair persons and repair facilities by the OEM as being qualified to perform required repairs. The Government shall maintain the right to seek proof of qualification prior to award and anytime during contract period of performance. General Requirements The contractor must comply with the following general requirements: Contractor shall furnish all labor, parts, tools, and equipment as applicable to perform full-service preventative maintenance and minor repairs on identified equipment and associated software. Basic Preventative Maintenance Plan (BPMP) Basic Preventative Maintenance Plan Equipment Schedule DESCRIPTION MANUFACTURER MODEL/CONFIGURATION OR PART NUMBER SERIAL NO. Engine Generator, Natural Gas Fired, Skid Mounted Package Martin Energy MEGMT1005N M0709181225 Digital Genset Controller Intellisys Basebox Remote HMI Comap Intellivision Enhanced Preventative Maintenance Plan (EPMP) Enhanced Preventative Maintenance Plan Equipment Schedule DESCRIPTION MANUFACTURER MODEL/CONFIGURATION OR PART NUMBER SERIAL NO. HW Forwarding Pump, 3 HP Bell & Gossett 3AD series e-1531 Intercooler Pump, 2 HP Bell & Gossett 2AD series e-1531 Jacket water Pump, 25 HP Bell & Gossett 2.5 AC series e-1531 Plate & Frame Heat Exchanger Mueller 4177 MBH Jacket Water Radiator Guntner S-GFW 080.1/4-N(2) Intercooler Radiator Guntner S-GFH 080.2D/1-N(2) Exhaust Heat Recovery/Bypass Valve MEG N/A Engine Battery Charger NRG 20A Oil Transfer Pumps Apex 260102 VFDs (3) Allen Bradley Powerflex 525 Flow, BTU and Revenue Meters Romet, Onicon, Square D RM1 1000, System10, F-3100, PowerLogic Enclosure Exhaust Fans (4) Ventilation Direct VXD240 Fire Suppression System Catalyst Extended Warranty Plan Extended Warranty Plan Equipment Schedule DESCRIPTION MANUFACTURER MODEL/CONFIGURATION OR PART NUMBER SERIAL NO. Engine Generator, Natural Gas Fired, Skid Mounted Package Martin Energy MEGMT1005N M0709181225 Digital Genset Controller Intellisys Basebox Remote HMI Comap Intellivision HW Forwarding Pump, 3 HP Bell & Gossett 3AD series e-1531 Intercooler Pump, 2 HP Bell & Gossett 2AD series e-1531 Jacket water Pump, 25 HP Bell & Gossett 2.5 AC series e-1531 Plate & Frame Heat Exchanger Mueller 4177 MBH Jacket Water Radiator Guntner S-GFW 080.1/4-N(2) Intercooler Radiator Guntner S-GFH 080.2D/1-N(2) Exhaust Heat Recovery/Bypass Valve MEG N/A Engine Battery Charger NRG 20A Oil Transfer Pumps Apex 260102 Pump VFDs (3) Allen Bradley Powerflex 525 Flow, BTU and Revenue Meters Romet, Onicon, Square D RM1 1000, System10, F-3100, PowerLogic Enclosure Exhaust Fans (4) Ventilation Direct VXD240 Catalyst Fire Suppression System Miscellaneous Work A factory authorized original equipment manufacturer (OEM) service contractor shall perform the scheduled maintenance on the identified equipment to ensure continued operation of the equipment within the operating parameters published by the manufacturer and project design. Contractor shall be responsible for the removal of waste oil, coolant, filters and other maintenance materials. The contract price shall include all travel, fees, accommodations, and any other costs incurred by the contractor. Additional fees or charges of any kind will not be paid. Contractor shall provide owner with access to its call center, including 24/7 access to technical support. Contractor shall monitor the CHP unit remotely via an internet connection provided by the contractor. Contractor shall provide monthly reports including: CHP unit runtime, CHP availability, daily and monthly totals of kWh production, daily and monthly totals of heat (mmbtu) recovered to VA, daily and monthly totals of heat rejection (mmbtu), average CHP unit output kW, scheduled and unscheduled maintenance activities, and spare parts inventory. Contractor shall provide priority response to unscheduled maintenance service requests within 48 hours or less. Contractor shall provide all system software upgrades as released by the manufacturer including the installation labor. Scheduled preventive maintenance service will be provided at the frequencies required by the manufacturer per year in accordance with the contract. Such service will be provided at intervals determined by engine operating hours during the term of the contract. Unless a particular time is specified in the contract, the Contractor shall notify the COR within thirty (30) days of acceptance of the contract of the projected times during which the preventive maintenance inspections are to be performed. The contractor is responsible for scheduling all PM Service visits prior to the end of the month in which they are due. Any deviations from this schedule must be approved in advance by the Contracting Officer Representative (COR). Response: Responses to this Special Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. The purpose of this Special Notice announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. No funds have been authorized, appropriated, or received for this effort. Responses should include the following information: Business name, address, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. All offerors must be registered in the System for Award Management (www.sam.gov) and Representations and Certifications must be completed prior to any future award. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to provide the full maintenance and repair service on equipment listed. Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 238220 ($19 Million). Any offeror capable of providing this service shall notify the Contracting Officer by email within 10 calendar days from the date of the publication of this Special Notice. All information must be submitted via e-mail to: Julie.monaganbarnard@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bb30bd41a04d4722b289569c0e1ac8d7/view)
- Record
- SN07353985-F 20250228/250226230036 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |