SOLICITATION NOTICE
59 -- WY- KO REFURBISHED BREAKER
- Notice Date
- 7/30/2020 3:01:46 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- WYOMING AREA OFFICE MILLS WY 82644 USA
- ZIP Code
- 82644
- Solicitation Number
- 140R6A20Q0004
- Response Due
- 8/13/2020 12:00:00 AM
- Archive Date
- 08/28/2020
- Point of Contact
- Whetham, Audrey
- E-Mail Address
-
AWhetham@usbr.gov
(AWhetham@usbr.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement and attachments constitute the only solicitation; proposals are being requested and a written solicitation will not be issued. Consider this solicitation (#140R6A20Q0004) as a Request for Quotes (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-03. This solicitation is set-aside for small business. NAICS 238210. The small business size is $16.5 million. The resulting purchase order will be a firm-fixed price type contract. Line Item #10 Westinghouse Breaker Refurbish PERFORMANCE WORK STATEMENT 1.0 BACKGROUND A Westinghouse 75-DHP-250 medium voltage breaker needs to be refurbished. This is a spare breaker at Kortes power plant that has been scavenger for parts to keep the unit breakers operational. The Contractor will have to replace the latch pin, trip coil, and close coil in this breaker for they have been removed and used in another breaker. 2.0 SCOPE Complete refurbishment of the breaker back to like new condition 2.1 LOCATION The work to be performed under this contract will be performed at the contractor's facility. 2.2 SHIPPING: The medium voltage breaker will be packaged by the Bureau of Reclamation (Reclamation). Reclamation will provide forklift and personnel to load and unload the breaker at Reclamation's warehouse. The FOB destination is Bureau of Reclamation, 205 Chamberlain Rd. Mills WY 82644. The contractor will contact the Contract Specialist Audrey Whetham at 307-261-5619 or e-mail at awhetham@uabr.gov three days before picking up and before returning with the date and the time they will be at Reclamation, so the forklift and personnel are available. Loading hours are Monday through Thursday from 7:30 am to 4:00 pm excluding weekends and federal holidays. The weight of the medium voltage breaker is approximately 750 pounds. Its dimension are 73.8"" H x 31.25"" W x 36.27"" D 3.0 TASKS Visual Inspection and Operational Testing - Visually inspect circuit breaker for any missing or damaged components prior to commencement of testing. Record breaker nameplate, operations counter and any anomalies found. A detailed Inspection report documenting all test results, observations, findings and recommendations will be prepared as described in Task E below. All test equipment shall have a NIST traceable certification, include a copy of the NIST certificates as part of the inspection report. Perform ""as-found"" inspection and operational testing, consisting of: a. Check condition of Arc chutes. b. Check contact wipe. c. Check contact gap. d. Check phase insulators. e. Check mechanical integrity of all moving parts. f. Check interphase barriers. g. Check frame and all castings for cracks. h. Check operation of racking mechanism. i. Check finger clusters. j. Check auxiliary switches, wiring, and contacts (change of state). k. Check all position indicators and operations counter. l. Check minimum and maximum coil operating voltages. m. Check manual and electric open and close operations. n. Check for proper operation of anti-pump feature. o. Check for proper operation of electrical and mechanical safety interlocks. p. Check for proper operation of racking device and check interlocks. q. Check geared motor. r. Check under-voltage release. s. Check opening and closing release. Perform insulation resistance (megger) testing. All testing will be performed at 15kVDC. Individual tests on primary current carrying components will be performed to include phase to phase, phase to ground, and testing of each pole piece, with the main contacts open. Minimum acceptance value is 1G ohm or greater. Insulation resistance checks of secondary (control) circuits, to ground, will be conducted. Testing of the spring charging motor will be conducted at 500VDC. Minimum acceptance value is 2M ohm or greater. Perform circuit breaker opening and closing tests at normal operating control voltage. Perform main contact resistance checks (Ductor Test). Test for proper operation of applicable circuit breaker trip features. Refurbishment - The circuit breaker is to be disassembled to sub-assembly and individual component level as follows. Each component will be thoroughly cleaned and inspected for cracks, deterioration, or worn areas with special consideration given to latch surfaces, cams, rollers, followers, and pivot areas. Equipment that is found to be excessively worn is to be replaced. Standard refurbish kit(s) used by the contractor shall be listed in detail in the initial bid. Replace with new all bearings, trip coils, closing coils, and closing latch pivot pin The operating mechanism, main contact moving and stationary assemblies, draw-out bar assembly and jackshaft assembly will completely disassembled to the individual component level. Any moving parts and/or components on other sub-assemblies requiring lubrication will also be disassembled. Control devices will be disassembled to check for internal damage. The electrical control device will be disassembled and inspected for worn/degraded contacts, proper formation of armatures and cracked housings. Limit switch contacts will be burnished and/or polished as required. Coils will be checked, as will all terminal connections. Plate components that show excessive wear to the plated surfaces Breaker Re-Assembly - All parts found to be worn excessively worn are to be replaced Each individual moving component, including pivot pins, needle, roller and sleeve bearings, thrust washers; cams and gears will be lubricated per specific manufacturer's standards. All latches, roller clearances, adjustable spring tensions and mechanical adjustments within the operating mechanism will be setup per the applicable manufacturer's specification and/or instruction bulletin. Main and arcing contact simultaneous make and wipe (main contact pressure) will be adjusted per manufacturer's specifications. The auxiliary circuits of the circuit breakers shall be rewired using conductor rated for 600V with XHHW or THHN insulation capable of withstanding 60�C temperature rise above ambient. Conductor ampacity ratings shall meet or exceed that of the original manufacturer. Ring type terminals shall be used for termination of all control wiring where applicable. These lugs shall be installed with tooling certified for the particular type and brand of lug to be installed. Final Testing- As Left - Perform ""as-left"" electrical and operational testing, consisting of: Perform operational testing to include: a. Manual and electrical functional operation tests. b. Check pick-up, minimum and maximum coil operating voltages. c. A minimum of five (5) manual and five (5) electrical functional operational tests. d. Verify proper operation of anti-pump feature e. Verify proper operation of electrical and mechanical safety interlocks. f. Check operation of indicating devices, including all visual indicators & operational counter. Perform circuit breaker opening and closing timing tests at normal operating control voltage. Perform main contact resistance checks (Ductor). Maximum acceptable readings will be per manufacturer specifications. Documentation - The following documentation shall be provided for each circuit breaker traceable by serial number. A report of the ""As-found"" operation and condition. A listing of all components replaced. A report on the all testing conducted 3.1 GENERAL WORK PLAN The contractor shall provide a written work plan along with their initial quote. At a minimum, the written work plan shall address all the items listed in section 3.0 Task 3.2 COMPANY EXPERIENCE Company experience is an objective criterion that determines whether the contractors has or has not performed similar work. Therefore, the contractor shall furnish a list (no more that five) of Federal, State, or commercial projects similar in scope, complexity, and magnitude to the work required under this solicitation that the contractor has completed with the last three (3) years. These projects must clearly demonstrate the contractor's successful ability to accomplish projects in a timely and satisfactory manner. At a minimum, the contractor shall provide the following information for each project: Name of the Customer (Agency or Commercial) Contractor number, type, date, name of project Description of the Work Initial contract amount and final contract amount Name, telephone number, and e-mail address of a point of contact for the customer that may be contacted to confirm and verify the information provided Award will be made to the responsible offeror submitting a quote which conforms to the solicitation and is the most advantageous to Reclamation, considering the factors and any significant sub-factors listed in this purchase order. In the evaluation of quotes, all evaluation factors (general work plan, company experience, price) other than cost or price, when combined, are considered to be significantly more important than cost or price. Included in evaluation is the attached Vendor Bid Evaluation Checklist. Reclamation may not evaluate reference with incorrect or missing phone numbers and contact names, which may potentially result in a less favorable rating of the contractor's quote. 4.0 GOVERNMENT-FURNISHED PROPERTY & MATERIALS The following table summarizes the description of Government property, cost if damaged or lost, unique item identifier and condition for the exciters that the Government will be releasing to the contractor while repairing. Description of Property Quantity and Unit of Measure Acquisition Cost if Damaged or Lost Unique Item Identifier Condition 75-DHP-250 Breaker 1 each $1,199.99 Westinghouse Moderate 5.0 PERIOD OF PERFORMANCE The term of the PO will be August 24, 2020 through December 31, 2020. 6.0 CONTRACTOR PERSONNEL Contractor employees shall comply will all federal, state, and local laws. 7.0 CONTRACTOR QUALITY CONTROL PLAN Quality control procedures shall ensure that bearing dimensions are within all requirements of the manufacturer instructions for a Porcel-Line DHP type Magnetic Air Circuit Breaker. 8.0 QUALITY ASSURANCE EVALUATOR (QAE) The CO has designated the employee listed in Section 12 of this Performance Work Statement as the QAE to act as the authorized representative, who assists in the technical administration of the PO. The CO has not authorized the QAE to make any contractual commitments, or to authorize any contractual changes on the Government's behalf. If any doubt exists as to the extent of the authority of the QAE, the contractor shall contact the CO for guidance before taking action on the matter. The QAE will determine whether the contractor has satisfied the expected quality level as per the contractual requirements. 9.0 PERFORMANCE CRITERIA The QAE will document acceptable and unacceptable PO performance. When the QAE considers the contractor's performance to be unsatisfactory, the QAE will report the information to the CO. The CO may require the contractor to explain, in writing, the cause of the poor performance, any corrective actions the contractor has already taken to obtain an acceptable level and any future corrective actions the contractor will utilize to prevent unacceptable performance. The contractor's administration personnel may be required to meet with the QAE, as determined necessary, to discuss the contractor's performance, to include actual or potential problems. All parties shall make a mutual good faith effort to resolve any issues. All parties to the discussion shall review and sign written minutes of the meeting. Should the contractor not concur with the minutes, the contractor shall state any areas of non-concurrence in writing to the CO within 7 business days of receipt of the minutes. Whenever the CO issues a Purchase Order Discrepancy Report, the QAE will hold a meeting if the contractor requests such a meeting. 10.0 PERFORMANCE REQUIREMENTS SUMMARY TABLE (PRST) The following table summarizes the tasks, the performance standard, monitoring method, and disincentives for not meeting performance standards. Task Description Performance Standard Method of Monitoring Disincentives All Tasks All tasks with no deviation in timeliness or quality 100% Inspection Reports (1) Re-work at contractor's expense. 11.0 GOVERNMENT REMEDIES All work shall be subject to inspection, approval, and acceptance by the Government. The Government will compare the contractor's performance to industry standards and will not exclude common sense considerations as applied by the QAE. The CO will follow the requirements of FAR Clause 52.212-4 for the contractor's failure to correct nonconforming services. The Government will consider work incomplete when any one of the following conditions exits: - The contractor did not perform the task. If the performance of any required service is unsatisfactory, and poor performance is clearly the fault of the contractor, the Government may reduce the PO price to reflect the reduced value of defective services, if the Government gives the contractor a written Purchase Order Discrepancy Report prior to executing such payment deductions. The CO will determine the payment deduction amount by calculating the percentage of acceptable services performed by the contractor. The Government will use the total number of deficiencies found to determine the percentage found unacceptable. The percentage found unacceptable subtracted from 100 percent will determine the percentage acceptable. 12.0 RECLAMATION POINTS OF CONTACT Audrey Whetham - Contract Specialist Bureau of Reclamation - WYAO P.O. Box 1630 Mills WY 82644 307-261-5619 (phone) 307-261-5691 (fax) awhetham@usbr.gov FOB Destination (Mills WY) do not list freight/shipping separately - see section 2.2 for shipping details. In accordance with the procedures in FAR Part 12 and 13, RFQ Number 140R6A20Q0004 is available for viewing through electronic commerce via https://beta.sam.gov/. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price and technically acceptable. The following provisions and clauses apply to this solicitation: FEDERAL ACQUISITION REGULATIONS 1. 52.204-7 System for Award Management 2. 52.204-13 System for Award Management Maintenance 3. 52.204-16 Commercial and Government Entity Code Reporting 4. 52.204-18 Commercial and Government Entity Code Maintenance 5. 52.204-19 Incorporation by Reference of Representations and Certifications 6. 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 7. 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 8. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 9. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 10. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 11. 52.212-1 Instructions to Offerors - Commercial Items 12. 52.212-2 Evaluation - Commercial Items 13. 52.212-3 Offeror Representations and Certifications-Commercial Items 14. 52.212-4 Contract Terms and Conditions - Commercial Items 15. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items a. Specific FAR clauses included in 52.212-5 that are applicable to this requirement include: 52.219-28 Post Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Equal Opportunity for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.225-13 Restrictions on Certain Foreign Purchases, 52.222-41 Service Contract Labor Standards, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-55 Minimum Wages Under Executive Order 13658, 52.222-62 Paid Sick Leave Under Executive Order 13706 16. 52.219-6 Notice of Total Small Business Set-Aside (Deviation 2019-01) 17. 52.214-34 Submission of Offers in the English Language 18. 52.214-35 Submission of Offers in U.S. Currency 19. 52.222-49 Service Contract Labor Standards - Place of Performance Unknown 20. 52.225-1 Buy American - Supplies 21. 52.232-1 Payments 22. 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 23. 52.232-39 Unenforceability of Unauthorized Obligations 24. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 25. 52.233-1 Disputes 26. 52.233-3 Protest after Award 27. 52.233-4 Applicable Law for Breach of Contract Claim 28. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 29. 52.242-15 Stop work Order 30. 52.245-1 Government Property Alternate I 31. 52.245-9 Use and Charges 32. 52.247-34 F.o.b. Destination 33. 1452.215-71 Use and Disclosure of Proposal Information - Department of the Interior 34. 1452.228-70 Liability Insurance - Department of the Interior RECLAMATION ACQUISITION REGULATION 1. DOI - AAAP 0028 - Electronic Invoicing and Payment Requirements - Invoicing Processing Platform (IPP) 2. GP-7 Site Security 3. WBR 1452.223-81 Safety and Health Requirements 4. WBR 1452.223-82 Protecting Federal Employees and the Public from Exposure to Tobacco Smoke in the Federal Workplace 5. WBR 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation 6. WBR 1452.237-80 Security Requirements Quotes are due no later than Wednesday, August 12, 2020, by 4:00 p.m. Mountain Time. Reclamation will consider all responsible sources who submit a timely quote for award. Contractors may submit quotes by e-mail to awhetham@usbr.gov or fax to 307- 261-5691. NOTE: Effective August 1, 2012 any contractor to be awarded a government contract must be registered and active in System for Award Management (SAM). Contractors must register at www.sam.gov Note: Contractor's must submit their Tax Identification Number and Data Universal Number with their offer The Contractor agrees to perform the work required at the prices specified in the quote in strict accordance with the terms of this solicitation, if the offer is accepted by the Government in writing within 30 calendar days after the date responses are due. For further information about this requirement, offerors should contact Audrey Whetham at awhetham@usbr.gov or call at 307- 261-5619.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ea4a23431b124812ae3a8e2de2f221c5/view)
- Record
- SN05740561-F 20200801/200730230154 (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 |