Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2020 SAM #6729
SOURCES SOUGHT

59 -- WI - Capacitors & Fan Replacement

Notice Date
4/30/2020 9:26:41 AM
 
Notice Type
Sources Sought
 
NAICS
334416 — Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520Q0372
 
Response Due
5/5/2020 12:00:00 AM
 
Archive Date
05/15/2020
 
Point of Contact
Jonathan Lutmer jonathan.lutmer@va.gov 913-946-1984 410-446-3862
 
E-Mail Address
jonathan.lutmer@va.gov
(jonathan.lutmer@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334416. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following: SOURCES SOUGHT NOTICE The Department of Veterans Affairs, Network Contracting Office (NCO) 15 is conducting market research to help determine the availability and technical capabilities of SDVOSB, SB and Larges Business that can provide a (UPS Capacitor and Fan Replacement) as stated below. Statement of Work UPS CAPACITOR AND FAN REPLACEMENT INTRODUCTION The Maintenance and Operations (Facilities) is responsible for the operation, maintenance and repair of Robert J Dole VA Medical Center; The Medical Center is located at 5500 East Kellogg (US 54) in Wichita, Kansas herein after referred to as the ""job site"". SUMMARY OF WORK The contractor will perform the work described below for the 9315 300/330kVA Full Capacitor and Fan Replacement on the (Cath Lab UPS) and the Mitsubishi 2033A 75kVA (:IT UPS) New Capacitor and Fan Replacements Parts Cath lab Bldg. 2 (36) Duracap Capacitor 5,800 uF, 300VDC (36) Aerovox Capacitor 40uF, 600VAC, 4.75 Length, 2.5 Dia., Spade Terminals, Mounting (18) Aerovox Capacitor 60uF, 370VAC, 3.875 Length, 2.5 Dia, Spade Terminals, Mounting stud (3) Duracap Capacitor 150.000. 35VDC (10) Cpp;trpm Fam-Axoa;. 24VDC. Sensing. Mew shipping, Freight, Delivery and Handling Charges Ground Service/Labor for UPS Normal Hours New Capacitor and Fan Replacements parts IT area Bldg. 19 (8) Capacitor 2800uF, 450 VDC (1) Capacitor - 3x298uF, 220 VAC (1) Capacitor 3x83uF, 240 VDC (2) Capacitor 0.027uF, 1600 VDC (1) Capacitor 33,000uF, 35 VDC (2) Fan Axial, 200VAC, 3 phases new New Capacitor Inspection Inspect new capacitor to ensure correct capacitor and quantity received. Inspect new capacitor for any damages prepare new capacitor for installation Measure/test new capacitor Replacement With Client permission, take system out of service (transfer system to bypass). If required and available transfer system to external maintenance bypass. NOTE: Some makes and models may require system and attached loads to be de-energized for Complete capacitor replacement. Disconnect and remove existing capacitor. Install new capacitor. Re-install capacitor connections Correct any corroded or damaged cables/connections. If external maintenance bypass was utilized. With client permission. Place system back into service (transfer unit out of bypass) Record as left condition. Discuss findings with customer and provide field service report. Dispose of old capacitors, packing, and refuse in client approved manor. Note 1: See capacitor proposal for additional scope of work. Note 2: Scope of work may be generic and subject to change to accurately reflect equipment on site. Note 3: Capacitor replacement performed in accordance with IEEE and OEM standards. Note 4: Complete power down of unit and supported loads may be required Responsibility Provide dates and times when the scheduled work can be performed Provide a point of contact during the tome of service Provide the name of project manager Have parties responsible for operation of the equipment for basic operator training Assumptions All service performed on-site by the contractor will be executed during the business hours unless otherwise requested by the customer. The contractor will provide the customer with certified service personnel to start-up the UPS. e. DEFINITIONS AUTHORITY - The Robert J. Dole VA Medical Center (Safety Officer) CMMS - Computerized Maintenance Management System (Vista) VA TECHNICAL REPRESENTATIVE -An Authority (Safety officer) specifically designated to assist in carrying out the responsibilities at the project site. CONTRACTOR'S PROJECT MANAGER (CPM) - The Contractor's employee who has the overall responsibility and authority to fulfill all the requirements of the Statement of Work. CORRECTION - Means the elimination of a defect. EMERGENCIES - Unscheduled maintenance and service required because the creating a safety potential hazard interfering with the operation of the Medical Center (IT and Gath Lab department), etc. GROUNDS - Includes land, parking lots, and roadways at the Medical Center. JOB SITE - The area within the Authority's property lines or portions of such area which are defined within the Contract or as described by the technical representative. LITTER - Debris, waste paper, water, cleaning products, personal protection equipment, containers, etc. M&O- Engineering and Maintenance Department, Maintenance Engineering Division MSDS - Material Safety Data Sheet OSHA - U.S. Occupational Safety and Health Administration. The Federal government agency PULL -A pull is the Contractors requirement to remove old batteries and stack on a wooden pallet. QUALITY CONTROL - A method used by the Contractor to assure that quality services are provided to satisfy the requirements of the contract. QUALITY ASSURANCE - A means by which the Authority to confirm that the quantity and quality of services received conform to contract requirements. These methods/procedures are not included to aid the Contractor in the performance of the contract requirements or be a substitute for contract quality control. RECYCLABLE - Any material which retains useful properties that can be reclaimed after the production or consumption process. SERVICES - Includes services performed, workmanship, and material furnished or utilized in the performance of services. SOW - Statement of Work STATE - Kansas TRASH - Waste that is not recyclable BASE SERVICES The Contractor shall be required to accomplish all the tasks and fulfill all the requirements of this SOW as described herein: INSPECTIONS Service shall be performed between 8:00 a.m. and 4:00 p.m., Monday through Friday, excluding federal holidays. Installation shall be scheduled with Engineering SeNice, giving a minimum of three (3) normal working days advance notice prior to arrival. Collection and Disposal All waste and bio-hazard materials collected and removed by the Contractor shall be contained, tied, or enclosed to prevent leaking, spilling, or blowing during transport. All waste and bio-hazard collected and removed by the Contractor shall be disposed of at an authorized licensed disposal site selected by the Contractor. The recycling material shall be collected in a single stream/commingled method. Disposal shall be in accordance with existing local, state, and federal regulations. The Contractor shall be responsible for any and all permits or fees associated with the disposal. The Contractor shall be responsible for immediately cleaning up any spills, debris, etc., which may occur during installation or removal of batteries. whether spilled by the Contractor or placed there by others, shall be picked up by the Contractor during collection. Reporting and Documentation Upon completion of work the VA technical representative shall be responsible for closing out the work order by inputting all relevant information data that relates to work performed by the Contractor. This information data shall include, but not be limited to; ticket number, name of technician(s), date of service, duration of work performance, specific service accomplished, labor, date completed and any comments necessary to explain corrective action or work performed. The Contractor shall meet this requirement by providing the required information on paper copies of the work orders, which will be provided by the Authority. Non- Performance In the event of non-performance of work by the Contractor, the VA technical representative will have the right to exercise one of the following options within ten (15) calendar days after the event of non-performance: The Contractor shall correct such Non-Performance upon notification by the Contracting Officer and the Authority shall make no deductions for Non-Performance. The Authority shall allow the Non-Performance to remain uncorrected and shall make a deduction from payments to the Contractor. When applicable, deductions shall be made in accordance with the following. Parking No airport parking shall be provided to the Contractor. . Security Provisions The Contractor shall comply with all the Authority's security requirements on the job site. Unless otherwise provided in the SOW, the Contractor shall not remove and/or possess of any confidential data, materials, supplies, or equipment, which are the property of the Authority. Keys shall include key cards, and other entry devices and/or codes provided by the Authority. The Contractor shall secure and safeguard all keys. The Contractor shall maintain a detailed record of the key issued to its employees. The Contractor shall not duplicate and shall not allow any such keys to be duplicated or removed from the job site. All keys and other entry devices used by the Contractor's employees in the performance of the work shall be returned to the Authority at the end of the period of the contract or as required by the Authority. The Contractor shall immediately report to the Authority all keys issued and all keys issued by the Authority which have been lost or stolen. The Contractor shall be responsible for all loss, damages and expenses which the Authority incurs as a result of the Contractor's loss of Authority keys. These costs include the expense of changing all locks to which the lost keys provided access. The Contractor shall ensure that, under no circumstances, any of his employees shall enter an area not authorized for access by the Contractor. Safety The Contractor shall ensure that all its personnel on the job site comply with all applicable regulatory requirements. The Authority reserves the right to inspect all areas for potential safety hazards and violations at its discretion, direct the Contractor to make immediate improvement of necessary conditions and/or procedures, and/or stop the work if potential safety hazards are deemed to exist. The operation of the Contractor's vehicles or private vehicles by the Contractor's employees on or about the job site shall conform to Authority's posted restrictions, and safe driving practices. shall be responsible for maintaining a reliable fire prevention and protection program for its employees and the property serviced. Smoke Free Facilities All the Authority's facilities on the job site are smoke free. The Contractor and its employees shall adhere to the Robert J. Dole VA requirements in regard to this facility's maintenance of a smoke free environment. Regulatory Compliance The Contractor shall promptly notify the VA technical representative if the work site is visited by an official in charge of compliance with the Occupational Safety and Health Act. This shall include but not be limited to the Contractor complying with all the Authority requirements including but not limited to the following: Construction Safety Manual Orders and Instructions Advisories Delivery of Supplies/Equipment The Contractor shall schedule all deliveries on the job site to occur only during times that cause minimum disruption and inconvenience to the Authority's operations as determined by the VA technical representative. In general, all such deliveries shall be scheduled between 7:30 AM and 5:00 PM. Accident Reports The Contractor shall immediately notify the Authority's Police department (53207) and the VA technical representative of any accident on the job site that is related to the performance of this SOW that involve bodily injury or damage to property. Timely Performance The Contractor shall be responsible for the complete and timely performance of all the services as described in the Statement of Work. If the Contractor fails to comply with this requirement or if in the opinion of the Authority, the Contractor's work methods are not adequate to assure completion of the work per the allotted schedule, the Authority may direct the Contractor, at no additional costs to the Authority, to revise his work schedule to ensure completion of the work. MSDS The Contractor shall provide the VA representative with material safety data sheets (MSDS) for all materials used and/or stored on the job site by the Contractor PERSONNEL Attire All employees, including supervisors and subcontractors of the Contractor, at all times while employed on the job site to fulfill the requirements of the Statement of Work shall be attired in distinctive attire which is acceptable to the Authority. This attire shall have the Contractor's name easily identifiable, affixed thereon in a permanent or semi-permanent manner such as a badge or monogram. These uniforms must be supplied and maintained by the Contractor at no cost to the Authority. The Contractor's employees, at all times while on the job site shall fulfill the requirements of the Statement of Work, shall conspicuously, display their respected Airport photo identification security badge issued by the Airport Operations Department. Supervision All Contractor supervisors shall clearly and understandably communicate in the English language both verbally and in writing with the Authority. These Supervisors shall communicate verbally and in writing with all of the Contractor's employees and subcontractors as required to fulfill the requirements of this Scope of Work. Contractor's Personnel The Contractor shall provide trained and qualified personnel in sufficient numbers as required to fulfill the requirements of this specification and the terms of the contract documents. At all times while at the job site, whether on or off duty, the Contractor's employees shall conduct themselves in an orderly and safe manner. Fighting or engaging in horseplay, being under the influence of alcohol and/or drugs or bringing and/or consuming alcohol and/or drugs, gambling soliciting, stealing, taking pictures or bringing cameras or other photographic devices anywhere on the property (unless approved in writing by the Authority), and any immoral or otherwise undesirable conduct shall not be permitted on the job site and shall result in immediate and permanent removal from the job site of any employee engaging in such conduct from work under this contract. The Contractor's Personnel shall for the purpose of this contract include the Contractor's employees and subcontractors who are on the job site fulfilling the requirements of the Statement of Work. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your DUNS number. Responses to this notice shall be submitted via email to Jon Lutmer at Jonathan.lutmer@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, May 4, 2020 at 1:00 EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/04009894b5d44f45a436b4a847d3a3b5/view)
 
Place of Performance
Address: Wichita VA Medical Center;5500 E Kellogg Ave;Wichita, KS 67218, USA
Zip Code: 67218
Country: USA
 
Record
SN05642055-F 20200502/200430230149 (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 |
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.