SOLICITATION NOTICE
J -- ELECTRICAL SUBSTATION MAINTENANCE
- Notice Date
- 7/5/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423690
— Other Electronic Parts and Equipment Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Acquisition and Assistance Field Branch (Morgantown), 1095 Willowdale Road, Morgantown, West Virginia, 26505
- ZIP Code
- 26505
- Solicitation Number
- 000HCCA16-2017-12547A
- Archive Date
- 8/20/2017
- Point of Contact
- Rebecca S Mullenax, Phone: 304-285-5880
- E-Mail Address
-
rmullenax@cdc.gov
(rmullenax@cdc.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for Electrical Substation Maintenance (if funds are available) for the Morgantown, WV, CDC/NIOSH Facility, prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is 000HCCA16-2017-12547A and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The Centers for Disease Control and Prevention intends to award a firm-fixed-price contract for the following requirement, please either fill in the dollar amounts or provide a separate excel spreadsheet containing the same information including a list of line item number(s) and items, quantities, units of measure, and options, if applicable: CLIN 0001: Preventative maintenance and testing on the CDC/NIOSH Morgantown site H-Bldg. and L-Bldg. main electrical substation systems consisting of (15) square D type D circuit breakers in Unit Substation B-USSHV1 and (10) square type DS circuit breakers in Unit Substation B-USSLVO1. STATEMENT OF WORK FOR ELECTRICAL SUBSTATION MAINTENANCE AT NIOSH MORGANTOWN. WV. 1.0 INTRODUCTION A) The CDC/NIOSH facility requires services of a Contractor performing preventive maintenance and testing on the L-building and H-building main electrical substation systems. B) The maintenance and testing will be performed on weeknights from 5:00 PM to 1:00 AM and Saturdays 7:00 AM to 7:00 PM with minimum interruption to the building operation and will be scheduled with the Building Manager. 2.0 GENERAL REQUIREMENTS A) The contractor shall provide a qualified technicians that can perform preventive maintenance on the electrical substation systems. B) All switching of electrical power such as engaging tie breakers and racking out breakers will be the responsibility of the vendor. C) Electrical equipment that will have preventive maintenance and the testing that will be performed are as followed: MAIN ELECTRIC ROOM • 1 - Unit Substation - B-USSLV01, 480V Square D PZIII • 15 - Breaker - Square D Type DS, Digitrip RMS 810 D trip Units • 2 - Transformer - Oil Filled, 2500 KVA, Square D • 2 - MV Fused Switch - Square D Type HVL • 1 - Unit Substation B-USSHV01, 208V Square D PZIII • 10 Breaker - Square D Type DS, Digitrip RMS 810 D trip Units • 2 Transformer - Oil filled, 2500 KVA, Square D • 2 - MV Fused Switch - Square D Type HVL BUILDING H • 1 - Breaker - Outdoor Enclosed Main MSB 1, 480V Westinghouse DS 416 Breaker, Amptector I-A Model, LSG • 1 - Breaker - Outdoor Enclosed Main MSB 2, 480V Westinghouse DS 416 Breaker, Amptector I-A Model, LSG • 1 - Switchboard - Main Gear Room, 480V Square D PZIII • 6 Breaker - Square D Type DS Circuit Breakers, Digitrip RMS 510 trip Unit Switchboard Assemblies: Low Voltage • Visual and Mechanical Inspection • Document equipment nameplate data. • Inspect physical, electrical, and mechanical condition of switchboard/switchgear and all components. • Confirm correct application of lubricants at manufacturer's recommended locations. • Verify tightness of accessible bolted electrical connections by calibrated torque-wrench. • Confirm correct operation and sequencing of electrical and mechanical interlock systems. • Inspect all mechanical indicating devices for correct operation. • Verify that filters are in place and/or vents are clear. Electrical Tests o Perform insulation-resistance tests on each bus section, phase-to-phase and phase-to-ground. o Verify operation of switchgear/switchboard heaters Circuit Breakers: Low-Voltage Power (ANSI/IEEE C37.13) Visual and Mechanical Inspection. o Document equipment nameplate data on test report. o Inspect physical and mechanical condition. o Confirm correct application of lubricants at manufacturer's recommended locations. o Inspect anchorage, alignment, and grounding. o Inspect arc chutes. o Verify that all maintenance devices are available for servicing and operating the breaker. o Perform all mechanical operator and contact alignment tests on both the breaker and its operating mechanism. o Verify tightness of accessible bolted bus connections by calibrated torque-wrench method. o Check cell fit and element alignment. o Check racking mechanism. Electrical Tests • Perform a contact-resistance test in accordance with manufacturers recommended procedure. • Perform an insulation-resistance test at 1000 volts dc from pole-to-pole and from each pole-to-ground with breaker closed and across open contacts of each phase. • Determine the following using secondary current injection: • Minimum pickup current by • Long-time delay • Short-time pickup and delay • Ground-fault pickup and delay • Instantaneous pickup value • Activate auxiliary protective devices such as under voltage relays, to insure operation of shunt trip devices • Check the operation of electrically operated breakers in their cubicles. • Verify correct operation of any auxiliary features such as trip and pickup indicator, electrical close and trip operation, trip-free, and antipump function. • Check electric charging mechanism, if applicable. Air Switches: Medium-Voltage, Metal-Enclosed Visual and Mechanical Inspection. • • Document equipment nameplate data on test report. • Inspect physical and mechanical condition. • Confirm correct application of lubricants at manufacturer's recommended locations. • Verify appropriate anchorage and required area clearances. • Verify appropriate equipment grounding. • Verify correct blade alignment, blade penetration, travel stops, and mechanical operation. • Verify tightness of accessible bolted electrical connections by calibrated torque-wrench method. • Check all interlocking systems for correct operation and sequencing, and key distribution, if applicable. • Verify correct phase-barrier materials and installation. • Inspect all indicating and control devices for correct operation. Electrical Tests • Perform insulation-resistance tests on each pole, phase-to-phase and phase-to-ground with switch closed and across each open pole for one minute. • Verify heater operation. • Perform a contact-resistance test for Square D HVL/cc and Visi-Vac devices. Transformers: Liquid-Filled: All Voltages Visual and Mechanical Inspection. • Document equipment nameplate data on test report. • Inspect physical and mechanical condition. • Verify that alarm, control, and trip settings on temperature indicators are as specified. • Verify that cooling fans and pumps operate correctly and that fan and pump motors have correct overcurrent protection • Verify operation of all alarm, control, and trip circuits from temperature and level indicators, pressure relief device, and fault pressure relay. • Verify tightness of accessible bolted electrical connections by calibrated torque-wrench. • Verify correct liquid level in all tanks and bushings. • Verify that positive pressure is maintained on nitrogen-blanketed transformers. • Verify correct equipment grounding. Electrical Tests • Perform insulation-resistance tests, winding-to-winding and each winding-to-ground. • Perform a turns-ratio test on all no-load tap-changer positions and all load tap-changer positions. Verify that tap setting is as specified • Remove a sample of insulating liquid in accordance with ASTM D-923 and be test for the following: • Dielectric breakdown voltage: ASTM D-877 and/or ASTM D-1816. • Acid neutralization number: ASTM D-974. • Specific gravity: ASTM D-1298. • Interfacial tension: ASTM D-971 or ASTM D-2285. • Color: ASTM D-1500. • Visual Condition: ASTM D-1524. • Parts per million water: ASTM D-1533. Required on 25 kV or higher voltages and on all silicone-filled units. D) The Contractor shall carry out activities in a manner that will allow access to the facilities at all times E) The Contractor shall perform work in a manner that will allow conduct of business of The CDC/NIOSH without discomfort to the occupants as much as possible. Work will be performed on scheduled weeknights after 5:00 PM and scheduled Saturdays excluding holidays. F) The Contractor shall perform work in diligent manner and achieve completion within the specified performance period. 3.0 CONTRACT ADMINISTRATION • The Contractor shall not perform work that is outside the SOW unless directed in writing by the Contracting Officer (COR). Any work done by the Contractor outside the SOW without direction from the COR will be at the Contractor's own risk and at no cost to CDC/NIOSH. • The COR shall provide a Notice to Proceed (NTP) to begin performance of work after the contract award. • Facility Manager at CDC/NIOSH shall be designated as Contracting Officer's Representative (COR) for administration of this contract. The COR shall coordinate schedule for each phase, approve technical submittals, inspect work, monitor Progress, accept completed work, review invoices, review change orders, and issue/receive Government Furnished Items. The COR has the authority to direct the Contractor to stop performance of work if unsafe work conditions are observed. 4.0 RESPONSIBILITY OF THE CONTRACTOR 4.1 a) Safety- The Contractor is required that all the technical personnel sent to the NIOSH Morgantown facility utilize safe work practices, and shall conduct their work safely while providing this service. Contractors shall comply with all OSHA regulations and facility specific safety protocols as informed by the COR. The Company shall provide technicians trained to utilize personal protective equipment (PPE) as necessary, and comply with confined space, electrical lock-out tag-out, fall protection and other safety protocols as necessary. The Contractor shall submit a Health & Safety Plan upon award of the contract summarizing their safety procedures and training to the Contracting Officer's Representative. This plan shall be provided to the NIOSH Environmental Health & Safety (EH&S) Department for compliance review and must meet the approval of EH&S. The Contractor shall be required to clarify any discrepancies in their Health & Safety Plan to the satisfaction of EH&S. b) The contractor shall prepare and implement a safety management plan specific to the SOW based on hazards analyses of the activities. A copy of the safety management plan shall be provided to the COR for reference. The Contractor shall promptly report all mishaps / accidents at site to the COR. d) The Contractor shall prepare and institute a quality management plan specific to the SOW. The plan shall describe the standard operating procedures for technical approvals, procurement actions, site inspections, testing and corrective actions. A copy of the quality management plan shall be provided to the COR for reference. f) The Contractor shall comply with security requirements and be responsible for conduct of employees and subcontractors at work site. g) The Contractor shall be liable for the damages caused by the Contractor's negligent performance of any of the services furnished under this contract. 5.0 SECURITY REQUIREMENTS a) Facility Access- Contractor personnel will be required to comply with all NIOSH Morgantown security protocols in effect. Facility access, personnel identification badges and parking tags must be coordinated through the security office. The Contractor shall be required to sign-in and out with NIOSH Security at the L Building Main Entrance. All Contractor personnel are required to present for verification, valid federal identification for the facility visitor sign-in procedure. All Contractor vehicles are subject to search by CDC Security. Vehicles containing prohibited items will not be allowed to enter the NIOSH Morgantown site and the Contractor shall be directed to leave and shall schedule a return site visit as necessary to perform the service. 6.0 PAYMENTS a) This is a fixed priced contract. The Contractor shall submit payment request on the basis of work completed. The COR will review and recommend the invoice for payment. b) The Contractor shall specifically identify the last invoice as "Final Invoice." The final invoice shall include the remaining payment claimed to be due under the base contract and all modifications issued, if any. The final invoice shall also have the Contractor's Release of Claims Certificate and the Workmanship Warranty attached. Total ______________ The quote format is at the discretion of the offeror. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-66 (February 28, 2013). This acquisition is under North American Industry Classification System (NAICS) code 423690. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register apply via the Internet at http://www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220 <img style="overflow: hidden; cursor: hand; height: 16px; width: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; bottom: 0px;" title="Call: 866-606-8220" src="data:image/png;base64,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" alt="" />. Include FAR 52.212-3, Offeror Representations and Certifications with Offer or indicate if it is available online at SAM.gov. No telephonic quotes will be processed. All responses must be received no later than 11:59 P.M., Eastern Standard Time on July 20, 2017. Please send any questions and quotes to Rebecca Mullenax at rmullenax@cdc.gov. The lowest priced technically acceptable bid will be chosen.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/MNIOSH/000HCCA16-2017-12547A/listing.html)
- Record
- SN04567911-W 20170707/170706000226-3f4c9145368bb725faf0427f14a4129f (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 |