Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2019 FBO #6462
MODIFICATION

J -- Service Contract for Tri-Annual Switchgear Maintenance for the Big Spring VA Medical Center

Notice Date
8/1/2019
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;NCO 17 - RPO West;NCO 17 Network Contracting Activity;124 E. Hwy 67;Duncanville, Texas 75137
 
ZIP Code
75137
 
Solicitation Number
36C25719Q1239
 
Response Due
8/22/2019
 
Archive Date
10/21/2019
 
Point of Contact
DaniseD.Burt@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The purpose of this amendment to Combined Synopsis Solicitation Number: 36C25719Q1239 is correct data erroneously entered on the original solicitation. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number 36C25719Q1239 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is a 100% Total Service Disabled Veteran Owned Small Business (SDVOSB) set aside under the authority of 38 U.S.C. 8127(d). In order to be eligible for award an offeror must be certified/verified in VetBiz (www.vip.vetbiz.gov), and small for the applicable NAICS code at the time of the quote submission and at the time of award. Status as a qualified SDVOSB concern is under the authority of 38 CFR Part 74 in accordance with the VA Acquisition Regulation (VAAR) Part 819. Eligibility determination is performed by the Center for Veterans Enterprise (CVE). Only qualified offerors may submit bids. NAICS Code: 238210 and Size Standard is $15M. Introduction: The Government intends to award a firm fixed price base with four option year renewal contract based on this solicitation. Description of Services: Calibration, Inspection, and Testing of Switchgears, Breakers and Transformers Services. See Statement of Work for full details. Place(s) of Performance: Department of Veterans Affairs Medical West Texas Health Care System 300 Veterans Blvd Big Spring TX 79720 Type of Contract: A Firm Fixed Price Period of Performance: Base: October 1, 2019 September 30, 2020 Option Year One: October 1, 2020 September 30, 2021 Option Year Two: October 1, 2021 September 30, 2022 Option Year Three: October 1, 2022 September 30, 2023 Option Year Four: October 1, 2023 September 30, 2024 The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of Clause) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation.   Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price.   Evaluation of options will not obligate the Government to exercise the option(s). 52.217-9, Option to Extend the Term of the Contract 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-19, Availability of Funds for the Next Fiscal Year 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.237-3 Continuity of Services (JAN 1991) 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising (JAN 2008) 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (a) This solicitation includes VA Acquisition Regulation (VAAR) 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause) 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018) SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments. (b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor compliance with the subcontracting commitments. (End of clause) RFQ QUESTION SUBMISSION: Questions must be received no later than August 9, 2019 at 10:00am CST. Email your questions directly to DaniseD.Burt@va.gov. The subject line must specify: RFQ 36C25719Q1239- Questions. There will be no automated email notification of receipt of questions. An amendment/modification to the Solicitation will be posted to FBO answering all questions submitted. SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. EVALUATION OF QUOTES: I. Basis of Award The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation meets or exceeds the requirement at the lowest price, Lowest Price Technically Acceptable (LPTA). The quotes will be evaluated on the basis of the evaluation factors listed below. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Only those contractors determined to be technically acceptable will be evaluated on price. DEFINITION RATING Passes (or meets) minimum standard requirements Acceptable Fails to meet minimum standard requirements Unacceptable The following areas will be evaluated: 1. Technical Acceptability (acceptable/unacceptable) 2. Past Performance (pass/fail) 3. Price Factor 1: Technical Capability The contractor shall submit a technical proposal which contains responses to the following: Contractors shall be certified by the InterNational Electrical Testing Association (NETA) as NETA Certified Technician and completed the Occupational Safety & Health Administration (OSHA) approved 10-hour construction safety training. Contractors shall have technical trainings, and track records of working experience in maintenance, inspection, and testing of the Electrical Power Distribution System and its components in healthcare, industrial, educational, and commercial facilities for a minimum of five (5) continuous years. Contractors shall have safety trainings either on-the-job or class-room type - in electrical safety outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S Electrical, and the NFPA 70E Standard for Electrical Safety in the Workplace. Training certifications shall be submitted to the VA Contracting Officer prior to work. If no training certifications are available, the contractor Employer shall certify that he/she has met this requirement in writing, and submit it to the VA Contracting Officer prior to work. Contractors shall have ready access to the latest versions of the following references: NFPA 70, National Electrical Code. NFPA 70B, Recommended Practice for Electrical Equipment Maintenance. NFPA 70E, Standard for Electrical Safety for the Workplace. NFPA 110, Standard for Emergency and Standby Power System. OSHA Standard 29 CFR 1910, Subparts I & S. InterNational Electrical Testing Association, Inc. (NETA) Maintenance and Testing Specifications. Operating/Maintenance manuals and specifications of the electrical equipment to be maintained and tested. These documents may be obtained from the VHA Medical Center, or the equipment manufacturers. Ability to provide Eaton UPS Software and software upgrades. Contractors shall be equipped with all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E. The technical proposal must describe each of the listed bullets under Factor 1 Technical Acceptability and must provide enough detail to determine minimum qualifications. Factor 2: Past Performance The contractor shall provide a listing of three relevant references, including the company/firm name, address, telephone number, and e-mail address. The Contracting Officer may also use information available in the Past Performance Retrieval System (PPIRS) when evaluating contractor past performance. Factor 3: Price Contractor shall complete Price/Cost Schedule and include it with their offer. The Pricing Schedule shall be fully completed and verified to correct any errors. It shall contain the Offeror s prices for all unit prices for the base period and all option years. To assist with an efficient and minimally burdensome evaluation, please address these Evaluation Criteria in accordance with the instructions in FAR 52.212-1 above and under Evaluation of Quotes. The Department of Veterans Affairs, NCO 17 RPO West may reject your quote for failure to address each Evaluation Criteria in accordance with those instructions. Quotes must be received no later than August 22, 2019 10:00am CST. Email your quote directly to DaniseD.Burt@va.gov. The subject line must specify: RFQ 36C25719Q1239.- Quotes/Proposals. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. QUOTE SHOULD BE BROKEN DOWN AS FOLLOWS: PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12.00 MO ________________ ________________ Calibration, Inspection, and Testing of Switchgears, Breakers and Transformers Service Contract Period: Base October 1, 2019 September 30, 2020 1001 12.00 MO ________________ __________________ Calibration, Inspection, and Testing of Switchgears, Breakers and Transformers Service Contract Contract Period: Option 1 October 1, 2020 September 30, 2021 2001 Calibration, Inspection, and Testing of Switchgears, Breakers and Transformers Service Contract 12.00 MO ________________ ________________ Contract Period: Option 2 October 1, 2021 September 30, 2022 3001 12.00 MO ________________ ________________ Calibration, Inspection, and Testing of Switchgears, Breakers and Transformers Service Contract Contract Period: Option 3 October 1, 2022 September 30, 2023 4001 12.00 MO ________________ ________________ Calibration, Inspection, and Testing of Switchgears, Breakers and Transformers Service Contract Contract Period: Option 4 October 1, 2023 September 30, 2024 GRAND TOTAL __________________ PRICE/COST SCHEDULE (IAW FAR 52.217-8 EXTENSION OF SERVICES) ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 5001 12.00 MO ________________ ________________ Calibration, Inspection, and Testing of Switchgears, Breakers and Transformers Service Contract IAW 52.217-8 Extension of Services October 1, 2024 March 30, 2025 TOTAL __________________ STATEMENT OF WORK INTRODUCTION: This Statement of Work (SOW) describes the requirements for the maintenance, inspection, testing, and/or calibration of the Electrical Power Distribution System and all of its components. These work items are referenced as Maintenance and Testing in this document, hereafter. This SOW describes the requirements for the Qualified Electrical Contract Professionals known as Contractors in this document, hereafter. Contractors who are contracted by VHA Medical Center to perform maintenance and testing of the Electrical Power Distribution System, and all of its components shall meet all requirements stated in Section 2 of this SOW. This SOW describes the requirements to establish maintenance and testing reports. 2. Qualifications of Contractors: Contractors shall be certified by the International Electrical Testing Association (NETA) as NETA Certified Technician and completed the Occupational Safety & Health Administration (OSHA) approved 10-hour construction safety training. Contractors shall have technical trainings, and track records of working experience in maintenance, inspection, and testing of the Electrical Power Distribution System and its components in healthcare, industrial, educational, and commercial facilities for a minimum of five (5) continuous years. Contractors shall have safety trainings either on-the-job or class-room type - in electrical safety outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S Electrical, and the NFPA 70E Standard for Electrical Safety in the Workplace. Training certifications shall be submitted to the VA Contracting Officer prior to work. If no training certifications are available, the contractor Employer shall certify that he/she has met this requirement in writing and submit it to the VA Contracting Officer prior to work. Contractors shall have ready access to the latest versions of the following references: NFPA 70, National Electrical Code. NFPA 70B, Recommended Practice for Electrical Equipment Maintenance. NFPA 70E, Standard for Electrical Safety for the Workplace. NFPA 110, Standard for Emergency and Standby Power System. OSHA Standard 29 CFR 1910, Subparts I & S. International Electrical Testing Association, Inc. (NETA) Maintenance and Testing Specifications. Operating/Maintenance manuals, and specifications of the electrical equipment to be maintained and tested. These documents may be obtained from the VHA Medical Center, or the equipment manufacturers. Contractors shall be equipped with all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E. SCOPE OF WORK: Provide all labor including removing and re-installing of breakers, materials, tools, testing equipment and supervision for testing, calibrating, adjusting and lubricating of switchgears and circuit breakers during weekends scheduled outages. The scheduled outages shall minimize the impact on patient care and hospital operations. Work items, definitions, and references shall comply with the latest edition of the NETA Maintenance Testing Specifications. Below is a list of electrical equipment that shall be calibrated and tested at the WTVAHCS, 300 Veterans Blvd., Big Spring, Texas 79720: BLDG, 15 Main Switch Board Panel Volts Main breaker- #1 12.5kv 4 protective relays 2. Main breaker - #2 xfrm 12.5kv 4 protective relays 3. Main breaker- #3 xfrm 12.5kv 4 protective relays 4. Main breaker- #4 XFRM Bldg. #2 12.5kv 4 protective relays 5. Main Breaker- #5 xfrm Bldg#2 12.5kv 4 protective relays 6. Main breaker -#6 xfrm [new domiciliary] 12.5kv 4 protective relays Switch Board M Main 7. Breaker #1 rl -2000 480V Main breaker 8. Breaker #2 rl-800 480V Normal power central rnl 9. Breaker #3 rl -800 480V Transformer D.D.T. #1-85 Elec. Equip.rm. #2 10. Breaker#4 RL-800 480V Transformer D.D.T. #3-85 Elec. Equip.Rm. #3 11. Breaker #5 RL-800 480V 2nd fl. Lab A/C 12. Breaker #6 RL-800 480V [RmB21] Laundry Equip. & lts 13. Breaker #7 RL-800 480V [Rm B13] 4 banks elev. 14. Breaker #8 RL-800 480V [RmB12] Life Safety Branch 15. Breaker #9 RL-800 480V [RmB12] Critical Branch 16. Breaker#10 RL-800 480V [RmB12] Equipment Branch 17. Breaker #11 RL-800 480V [Bldg15] Panel HNSG switchgear gen 18. Fire Pump Switchgear RHX-1600 480V 19. Solar Panels Switchgear RL-800 480V 20. Spare Switchgear RL-800 480V 21. Spare Switchgear RL-800 480V 22. Spare Breaker RL-2000 480V Switchgear Board X-R Main 23. Breaker #1 rl-2000 480V Main Breaker 24. Breaker #2 RL-800 480V X-ray Breaker 25. Breaker #3 RL-800 480V Dental 26. Breaker#4 RL-800 480V 2nd FL X-ray panel 27. Breaker #5 rl-800 480V Normal power transformer for 3 west Generator Switch Board 28. Breaker #1 la-1600b 480V Main Breaker [bolt-in] 29. Breaker #3 400a 480V ATS#2 Critical 30. Breaker #4 400a 480V ATS#3Equipment 31. Breaker #7 400a 480V ATS #6 Elevators 32. Breaker#9 350a 480V Fire Pump Building #1 Rm.B21 [LAUNDRY] 33. Breaker#1 600a 480V Main Breaker 34. Breaker #2 300A 480V 500KVA Transformer RM B21 [PANEL H1F] 35. Main Breaker [Laundry Panels] 400A 120/208V Rm.3-HE Panel Board HE 36. Bolt-In Main Switchgear 1600A 120/208V Type LA-1600B 37. Breaker #1 H5ED 600A 120/208V 38. Breaker #2 H3ED 400A 120/208V 39. Breaker #3 H1E 400A 120/208V 40. Breaker #4 Spare 400A 120/208V RM. 2-HW PANEL BOARD HW 41. Bolt-In Main Switchgear 1600A 120/208V TypeLA-1600B 42. Breaker #1H5WD 600A 120/208V 43. Breaker #2 120/208V 44. Breaker #H1B 400A 120/208V 45. Breaker#4 H1AA/H1AB 400A 120/208V Panel EQBW 46. EQBW Main Switchgear 400A 120/208V Emergency Power Rm B-12 Panel DPCR 47. Main Switchgear 800A with versa trip module 120/208V 48. Breaker#1 CR1C 400A 120/208V Panel DPEQ 49. Main Switchgear 600A with versa trip module 120/208V Panel HEQ 50. Main Switchgear 600A with versa trip module 480V Panel DPLS 51. Main Switchgear 400A with versa trip module 120/208V Rm B-13 Panel HCR 52. Main Switchgear 400A with versa trip module 480V 53. Breaker#1 Transformer T-2 300A 480V Switch Board HC 54. Main Bolt-In Switchgear Breaker 1600A 120/208V 55. Breaker #1 H1D 400A 120/208V 56. Breaker #2 HB 400A 120/208V 57. Breaker #3 H7C 400A 120/208V Switch Board DPBW 58. Main Breaker 1200A 120/208V Panel H5WD Rm 512 59. Main Breaker 600A 120/208V Panel H5ED Rm. 568 60. Main Breaker 600A Panel HQ Panel location by Bldg.7 61. Main Breaker 300A 480V Panel QL Panel location by Bldg.7 62. Main Breaker 500A 120/208V 63. Breaker #1 300A New Breakers that need to be cleaned/tested BLDG, # 8, 17, 20, 21 Transformer is a dry type no need to test but must be cleaned out when breakers are being tested 480-volt square D panel 600 AMP MAIN 400 AMP BREAKER 300 AMP BREAKER 208/120V 800 AMP BREAKER 300 AMP BREAKER BLDG #22 MAIN PANEL SES -DPN RK 2000 AMP RJ 1200 AMP PK 800 AMP [ PK 800 AMP IS OFF] BLDG #22 PANEL DPE GENERATOR PANEL 480 VOLT PK 1200 AMP LJ 600 AMP LJ 400 AMP [IS OFF] PK 800 AMP BLDG#22 PANEL DPEQ MAIN BREAKER PG 800 AMP [ LH 400 AMP BREAKER IS OFF] BLDG#22 PANEL DPLS MAIN BREAKE RLH 400 AMP BLDG#18 MAIN GE 800 AMP MAIN TRANSFORMER BREAKER T-1 450 AMP 208/120 VOLT PANEL MAIN BREAKER 800 AMP UNINSTALLED ITE BREAKERS THAT REQUIRE TESTING/SERVICING 2ea 400 AMP BREAKER 1ea 600 AMP BREAKER 1ea 300 AMP BREAKER 1ea 800 AMP BREAKER Provide separate cost to re-test each replacement breaker if required. Provide separate cost for each breaker to be repaired if required. V.A. will provide a schedule for testing breakers Thur, Fri, Sat. Sun. TRANSFORMERS Dissolved Gas Analysis and Testing REQUIREMENTS: Provide equipment, labor, materials, and sample bottles to draw transformer oil sample and test/provide oil dissolve gas analysis and dielectric strength data per ASTM D3612 and ASTM D300-00. General: Before attempting to draw the sample, identify the type of cooling liquid in the transformer. Clean the sample flange and copper/brass tube with a lint-free clean cloth. The apparatus to be sampled should be under positive pressure. For transformers sealed with an inert gas, check the pressure gauge to make sure it does not indicate a negative pressure. Ensure that the vacuum will not draw air into the transformer. Attach a length of tubing and filled with clean oil to the sampling valve before cracking the valve open. Carefully observe the direction of oil movement in the tube and close the valve immediately if the oil flow is towards the transformer. Do not allow air to be drawn into the transformer! Air can only enter the transformer when it is under a vacuum. Dissolved Gas Analysis and Dielectric Strength Take a sample while the oil is warm, and measure the temperature so that the laboratory can then adjust the results for moisture content. Pre-flush the sample leg and running the oil quietly into a clean glass vessel to minimize degassing and seal the sample securely. Analysis reports shall include following gases but not limited to Hydrogen, Oxygen, Nitrogen, Methane, Carbon Monoxide, Carbon Dioxide, Ethane, and Ethylene. Wipe any oil from outer surface of the sample container and place in the shipping container. Place the Sample Data Sheet(s) in a plastic bag and enclose it in the shipping container. Report: Report shall include but not limited to the transformer location, size, manufacturer, voltage, date of sample. The results of the oil analysis are prepared in a written report and a pdf file. Transformers to be Analyzed and Dielectric Strength BOILER PLANT: Westinghouse 750kva SQ D 1000 kva Vantran 225 kv Generator bldg#1 SQ,D1500 kva Vantran 300kva Bldg #7 Vantran 150 kva SQ,D 150 kva Vantran 75 kva NEW DOMECILIARY Bldg# 18 SQ,D 750kva SUMMARY OF WORK: A. Provide complete written report of the switchgear testing s. Information shown in the report shall be as followings but not limited to: 1)Company s name, address, telephone & FAX numbers. 2) Name and signature of contractors who perform the maintenance and testing. 3) VA Work Contract Number, name and number of VA Contracting Officer. 4) Date and Time of work. 5) Copies of contractors valid licenses, professional and training certificates. 6) Descriptions and model number of specialized tools and equipment used, such as torque wrench or infra-red scanning camera. 7) Location, Type, Name, and nameplate information of electrical equipment to be calibrated and tested. 8) Descriptions of work items. 9) Test data. 10) Reference materials such as equipment manufacturer s specifications, coordination study, etc. 11) Remarks on conditions of electrical equipment. List all deficiencies, if any. 12) Recommended corrective actions, if any. B. Submit four (4) hard copies of the complete written report, and one (1) CD-Rom of the electronic version of the report in pdf format to the Maintenance and Repair Supervisor (eric.landrum@va.gov) and to to Assistant Chief of Engineering (Daniel.martin@va.gov) within seven (14) calendar days of testing. All reference materials shall be included in the electronic version of the report, either through scanning or other means of electronic text import methods. C. Contractors shall report deficiencies that are deemed critical or catastrophic immediately to the Project Engineer for immediate actions. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor s field service employees will wear visible identification issued by the WTVAHCS Police. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Service. The WTVAHCS will not validate or make reimbursements for parking violations to the Contractor under any conditions. Smoking is prohibited inside any buildings at the WTVAHCS. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. INSURANCE: Workers compensation and employer's liability. Contractors are required to comply with applicable Federal and State of Texas Workers Compensation and occupational disease statutes. General Liability. Contractors are required to have Bodily Injury Liability Insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. Property Damage Liability. Contractors are required to have Property Damage Liability insurance coverage of at least $500,000. Refer also to the solicitation provision FAR 52.228-5 Insurance Work on a Government Installation. A. Worker compensation and employer's liability. Contractors are required to comply with applicable Federal and State Worker Compensation and occupational disease statutes HOURS OF COVERAGE: Normal business hours of coverage are Monday through Friday from 8:00 am to 4:30 pm Central time, excluding federal holidays. All service/repairs will be performed during normal business hours of coverage unless requested and approved by COR or his designee. Federal Holidays observed by the WTVAHCS are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day SECURITY: The certification and accreditation (C&A) does not apply. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25719Q1239/listing.html)
 
Place of Performance
Zip Code: 79720
 
Record
SN05390051-F 20190803/190801230118 (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.