Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2012 FBO #3777
DOCUMENT

J -- Russelectric parallel switchgear - Attachment

Notice Date
3/26/2012
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity (NCA) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25012Q0282
 
Response Due
5/4/2012
 
Archive Date
7/3/2012
 
Point of Contact
Wallace Larson
 
E-Mail Address
contracting officer
(wallace.larson@va.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is a combined synopsis solicitation for commercial services prepared in accordance with the format in Subpart 12, Acquisition of Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. Solicitation Number VA250-12-Q-0282 is being issued as a Request for Quote (RFQ), and the intent is to award a firm fixed price order for services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. REQUIREMENTS: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (VAMC), VISN 10 Contracting Activity, 6150 Oak Tree Blvd., Independence, OH 44131, is seeking quotes. Any quotes with additional features will be considered, provided the minimum requirements of the Government have been met. Each line item must have a description and pricing information. Quotes shall contain a proposed delivery and installation date. Scope of work for the Russelectric Parallel Gear and transfer switches located at VA Medical Center 10701 East Blvd. Cleveland Ohio 44106 Contact person: Randy Vinson, COTR, Wade Park M&O Supervisor (W) Office - 216-791-3800-ext. 3033 Cell- 216-701-3873, email randy.vinson@va.gov General description of work needed: Modify existing Russelectric Parallel gear and remote transfer switch cabinets to expand the ability to 64 positions for remote start and monitoring. General description why work is needed: Construction has expanded beyond the ability of the existing Russelectric paralleling gear and ATS remote controls. Construction has doubled up on the existing controls. The construction work has created a partially non-functioning system. General description of objective: To enable the existing and future emergency power transfer switches to operate, remote control, be monitored, and to properly interface with the emergency generators to supply the Medical Facility with a required reliable essential emergency electrical system. Scope of Work: All wires in the Russelectric parallel gear, spares and the wires in use are to be reworked. All wires are to be marked on both ends. All control wires are to be labeled with Brady wire labels or equal. All control wires that exit the Russelectric parallel gear and enter an ATS switch will be labeled on the parallel gear side with the ATS # and each wire numbered on both ends at or near the termination point so as to be easily traced in the future. There will be a wire schedule typed for each compartment in the Parallel Gear, placed in a plastic jacket and located inside each compartment door. The wire schedule is for all wires that pertain to the ATS controls including the remote starts. Rewire six transfer switches that are located in the New Cares bed tower, located throughout the tower including the penthouse. All required conduit and wire to be included from the Cares Tower transfer switches to the Russelectric gear including the remote starts. Supply all required control wires for installation of new ATS remote start and modify existing ATS remote start to result in 64 positions capable ATS remote start control cabinets. All control wiring material and labor pertaining to the parallel gear will include all wiring, materials and labor needed to produce the results stated in the scope of work. Any and all additional control, feeder and modification to existing wiring will be included in the scope of work. No additional cost to the VA will be allowed due to miscalculations or under estimating by the contractor. A site visit is mandatory by the prospective contractors. This can be arranged with Randy Vinson, COTR, Wade Park M&O Supervisor (W) Office - 216-791-3800-ext. 3033 Cell- 216-701-3873, email randy.vinson@va.gov Also as follows: 1.Provide the modifications required to increase the transfer switch interconnect provisions from 32 to 64. The load controls would be based on the single load shed contact, similar to the existing load controls. 2.Provide the PLC expansion rack, power supply and I/O modules required for the additional transfer switches. 3.Provide revised transfer switch status screens on the operator interface panel. The new screens would be similar to the existing screen, except that the transfer switches would be displayed as follows: Transfer Switches 1- 16Screen 1 Transfer Switches 17- 32Screen 2 Transfer Switches 33 - 48Screen 3 Transfer Switches 49 - 64Screen 4 4.Provide the programming in the operator interface panel to display the position of circuit breakers D1B, D1C, DM and D2B. 5.Provide the wiring modifications required to add the position contacts from the above circuit breakers to the existing spare PLC inputs. 6. Provide the revised drawings incorporating the previously described modifications. 7.The existing transfer switch annunicator panel is currently set up to display and test 20 transfer switches. To modify the existing remote annunciator panel to display and operate the additional transfer switches are to be included in the quote. All existing transfer switch position indicator displays are to be replaced to correct the number and description of the transfer switches. 8.The description and number on all remote ATS indicators are to match the display screen on the Russelectric gear - Number of the ATS and description. The list of ATS will be included in the scope of work for the vendors to fabricate by. 9.The price to fabricate the displays for the remote start panels in the future for VA are to be in line with current price vendor advertises at the time of purchase request by VA. 10. Any and all conduit and control wire, feeder wire, equipment, software, firmware, labor and miscellaneous materials to attain the end results of the intent of the scope of work but not limited is to be supplied by the vendor. 11. Each ATS will be tested to insure it will independently start the generators at the ATS and remotely start the generators. Vendor will test the paralleling gear after work is complete with VA to insure the equipment performs to factory specifications. The new parallel gear display screens will include all four generators and annunciate all functions to be as informative as or better than existing screens as it pertains to the generators and ATS information. All work will be completed 180 days from the day the contract is signed. The quote will include all labor, material, equipment, software, firmware, freight charges, and testing to produce the end results described but not limited to the scope of work. Power shut downs will be scheduled with the VA. Power shut downs are on Sundays at 6am start time. Work hours are 6am to 430pm. Off hours can be coordinated with VA to meet schedules. When the scope of work is completed the vendors will give VA Electric Shop (W) employees 4 hours training on the equipment operation and programming. Full administrative rights will be given to the Electric Shop (W) upon completion of the scope of work for any and all software or firmware. Any special tools, passwords needed to program repair or replace equipment or parts will be supplied to the Electric Shop (W) upon completion of the scope of work. PRICING: Offeror shall provide pricing as described in requirements above. The total price offered shall include all charges. PROVISIONS AND CLAUSES: This solicitation lists one or more clauses by reference with the same force and effect as if they were given in full text (FAR 52.252-2). The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, apply to this acquisition with the following addendum to the provisions of the standard provisions. In accordance with Federal Acquisition Regulation FAR 52.212-2 Evaluation-Commercial Items all offers will be considered for LOWEST PRICE TECHNICALLY ACCEPTABLE. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (1) Technical capability. (2) Past performance: please include references of customers for whom your company has performed a similar service. Past performance with VA or other Government agencies is preferred. Please include the company name, the point of contact information, the purchase order or reference number, and the dollar value. Those not submitting past performance references will be given a neutral rating. (3) Price: Quote for each line item, including but not limited to the requirements listed above. Technical and past performances when combined are significantly more important than price. NOTE: The Government reserves the right to award without discussions, vendors shall submit the most favorable terms. WARRANTY AND SERVICE: Indicate terms. DELIVERY AND INSTALLATION: F.O.B. Destination. SUBMISSIONS:All questions must be submitted to Wallace Larson, Contracting Officer, by e-mail only no later than 12:00pm EDST on Friday, April 20, 2012. All responses to questions that may affect offers will be incorporated into a written amendment to the solicitation. Quotes and accompanying information must be submitted no later than 12:00 p.m. EDST, Friday, May 4, 2012. Technical questions and quotes must be sent by email to Wallace.Larson@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25012Q0282/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-12-Q-0282 VA250-12-Q-0282.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=312534&FileName=VA250-12-Q-0282-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=312534&FileName=VA250-12-Q-0282-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Louis Stokes Cleveland VA Medical Center;10701 East Blvd;Cleveland, OH
Zip Code: 44106
 
Record
SN02706002-W 20120328/120326235321-a0de2d13164e07913523677688557266 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.