Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2020 SAM #6840
SOURCES SOUGHT

J -- Replacement of Motor Control Center (MCC-EP)

Notice Date
8/19/2020 7:31:48 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24520Q0631
 
Response Due
8/25/2020 12:00:00 PM
 
Archive Date
09/24/2020
 
Point of Contact
Veronica B. Dillard, Contract specialist, Phone: 410-691-1321
 
E-Mail Address
Veronica.carter@va.gov
(Veronica.carter@va.gov)
 
Awardee
null
 
Description
Page 2 of 2 THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY Please note this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. Network Contracting Office (NCO) 5 of the Department of Veterans Affairs is currently conducting a market survey for qualified firms capable of providing Replacement of the existing Continental Motor (MCC-EP) originally commissioned in 1965 designed as MMC-EP for Washington DC VA Medical Center located in MER 3. Contractor shall provide all labor and parts for the process to remove and replace existing MCC-EP. The North American Industry Classification System (NAICS) is 238210. The current size standard for NAICS code 238210 is 16.5 million. Firms shall identify whether they are a small business or other than small business in accordance with the size standard for NAICS code 238210. If another NAICS code may be applicable, please identify the NAICS in your capability statement along with your corresponding business size and socio-economic status. Submission Instructions: Interested parties who consider themselves qualified to perform above-listed services are invited to submit a response to to the Sources Sought Notice no later than: August 27, 2020 at 1:00 PM. All responses are to be email to Veronica.Dillard@va.gov and MUST provide company name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic status. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Government reserves the right to determine if a solicitation will or will not be issued. STATEMENT OF WORK GENERAL SCOPE: Replacement of motor Control Center in MER 3 The scope of the project is to replace an existing Continental® motor control center (MCC) that was originally commissioned in 1965 designated as MCC-EP. The current equipment has exceeded its mean end of life expectancy of 30 years based on IEEE Standard 493 Design of Reliable Industrial and Commercial Power Systems components needed to maintain equipment listing are no longer available. Starter buckets are no longer manufactured for this equipment by the manufacture to enable to expand for current and future needs. The inability to maintain equipment with the necessary OEM components has reduced the reliability, performance and safety of the equipment. Current conditions create conditions that make the task of maintenance unsafe as there are no means to modify or adjust in a compliant manner. The MCC is designated as MCC-EP, distributing essential motor loads for fans components of the HVAC systems generating environmental air throughout areas of the hospital. The MCC also deliveries power to communication partners assisting in the continuity of cell service for the facility. This MCC is fed by utility as well as onsite generation to ensure the loads remain energized. The MCC shall have a rating no less than 65,000 AIC, a fault study shall be submitted that states the rating is sufficient if findings determine the available fault current exceeds 65,000 AIC the Contractor shall inform the COR. The fault study shall be submitted for approval with all other documentation. Project shall include all parts and labor for the process to remove and replace existing MCC. All work shall be installed to comply with the latest addition of NFPA 70 National Electrical Code (NEC). Project is outlined but not limited to the following task, outlined below. Contractor shall provide coordination and project management for the removal and replacement of the MCC-EP including temporary power to maintain continuity of all essential equipment. Project area shall remain clear as practical to enable adjustment of equipment as necessary to maintain building operations. Upon award, Contractor shall coordinate with the COR a definitive timeline to remove the existing and install the new MCC. Consideration shall be made regarding the impact on operations to the Medical Center. Required outages shall be executed after normal business hours 8:00 AM-5:00 PM Monday -Friday. Equipment staging and other task not affecting operations can take place during business hours. The location of the project is ii MER 3 located in the Penthouse above 4th floor. Visiting the site is recommended prior to submitting bids. Any cabling or wiring that needs to be modified or replaced shall be discussed with the COR. If any other conditions or deficiencies are found that fail to comply with the NEC during demolition and or installation the Contractor shall address with the COR. Commissioning of the new MCC shall have support from one who is qualified to calculate time current curves to maximize protection for motor and provide settings for field adjustments. All calculations shall be submitted in close out package to the Washington DC VAMC. Support shall also include a certified technician, qualified to perform all calculated field adjustments to ensure proper operation and protection for all equipment supplied by the MCC. Calculations shall include all upstream protective devices to ensure selectivity. The new Intelligent MCC shall allow integration of the Power Quality (PQ) metering into and existing Schneider Electric Power Monitoring Expert (PME) system. The PQ meter shall be integrated in the main section where all VFDs and some feeder devices be enabled to communicate to the Washington DC VAMC power monitoring system. Contractor shall provide and up-to-date Arc-Flash study including required field labeling as stated in NFPA 70E Warranty of the MCC shall carry full Manufactures warranty of 18 months plus a 12-month warranty with the commissioning and start-up through qualified Schneider Electric Services for a total of 30 months. All required power outages shall be coordinated to minimize the hospital s daily operation. Required outages shall be coordinated through the COR and adhere to the Washington DC VAMC outage policy Task 1: Install temporary power for MCC-EP2, Cell Tower, and other Essential Loads. A second MCC (MCC-EP2) was install later, tapped and fed from the same feeder as MCC-EP, this section will be required to remain energized. Provisions are needed to install an 800-ampere temporary feeder from another MCC (MCC-P) to supply MCC-EP2 for the duration of the project. An 800-ampere temporary panel board shall be installed with capabilities (number of circuits) to supply/distribute to MCC-EP2 including the following circuits from MCC-EP Cell Towers, and essential Air Handling Units (AHUs) including return air and exhaust. Task 2: Remove existing Continental MCC (MCC-EP) After relocating essential circuits to the temporary feeder, de-energize feeder to MCC-EP, Lockout-Tagout to make safe. Identify all circuits in use for reconnection, demo existing MCC-EP. Remove all debris to designated collection areas for disposal. Lockout-Tagout will be coordinated through the COR, arrangements will be made to have staff electrician de-energize required power, install a lock out device in conjunction with the Contractor. Remove buss duct extending feeder from MCC-EP to MCC-EP2 Task 3: Intercept Feeder, route to Termination Box Feeder from ATS-2 for the MCC-EP was tapped and extended to supply MCC-EP2 To properly utilize the one feeder, the feeder shall be routed to a termination box such as a Milbank® PB-038-NK (800A 4 wire 600V NO) sized to accommodate all terminations. From the termination box with the terminated feeder phase, neutral (if applicable) and equipment grounding conductors shall be extended from the terminations to MCC-EP. Install raceway and conductors from the termination box to MCC-EP2 sized accordingly. Task 4: Install new MCC Install new eleven section Square D Intelligent MCC The MCC s feeder originates from the essential power system, installation shall adhere to requirements listed in article 517.31 of the NEC notably 517.31(G) referencing coordination. Installation shall include reconnection of all raceways, junction boxes, device boxes, hanging hardware and fittings as applicable. All raceways shall be complete Grounding and bonding shall meet all requirements of article 250 of the NEC All raceways, boxes, shall be sized per articles found in chapter 3 of the NEC Route all circuits presently being supplied by MCC-EP back to the new MCC. Overcurrent, ground-fault and short circuit protection shall be sized according to applicable sections of article 430 in the NEC and the nameplate of the motors supplied by each circuit. Ground fault protection shall adhere to article 517.17 if it is determined that the feeder derives from a source that serves Category 1 spaces, Non motor loads shall be protected to applicable sections of article 240 of the NEC. All VFDs shall be sized according the loads in which they are to control. Once installation is complete, arrangements shall be made by the Contractor utilizing settings calculated by a Professional Engineer (PE) to have a qualified technician certified in interrupting the information apply the field settings. Equipment shall be inspected for proper installation. All documentation for the settings shall be furnished to the Washington VAMC. All loads that are being supplied shall be reconnected. All devices that have been locked out and are no longer being used will not have overcurrent protection installed. Apply all required identification signage and field install Arc Flash Labeling. All wiring and or components will be supplied and installed in compliance with the requirements of the National Electric Code, NFPA 70 There will be scheduled system outages that will be strategically planned to follow the proper procedure per the VA directive. Once the new components have been installed and tested for proper operation the contractor will provide scheduled operating classes on the new equipment and its components. All scheduled classes on newly upgraded components will be documented and approved by the COR. Within thirty (10) days after award, the Contractor shall provide the COTR with a copy of procedures that the Contractor shall follow, including the manufacturer specifications, the ones listed in paragraph A, and any additional procedures followed by the Contractor. Contractor shall adhere to a 45-day timeline to complete this project to include meetings that will be scheduled by the COR of this project to update the VA staff on progress through its completion. If any unforeseen incidence occurs that will delay the completion of this work, the contractor will notify the VA Medical Center immediately stating the cause of the delay and an agreed solution to complete this project in a timely manner. The Contractor shall provide an on-site qualified technician. All work shall be coordinated and scheduled ahead of time with the COR. All Work conducted under this statement of work shall comply with all current Standards, Codes and Regulations NFPA 70 (National Electrical Code), NECA 402 and applicable CFR 1910 and 1926. All utility outages shall be after normal working hours or on weekends. When work is in progress, the contractor shall ensure that patient and staff traffic in the corridor or exam rooms shall not be impeded. Prior to installation, materials and equipment utilized for this project shall be submitted to the COR for approval. Provided material/equipment submissions shall state the VA specification reference. A manufacturer s warranty along with electronic copies of all operators and technical/maintenance manuals will be delivered to the DC VA Hospital upon completion of the project before final payment is issued. The contractor shall observe and institute all fire and safety code requirements and precautions as observed by NFPA 101, life/safety code and the OSHA requirements. The contractor shall also comply with all DC VA Hospital safety, traffic and parking regulations. Upon completion of the contract, the contractor shall deliver all work complete and undamaged. The contractor shall be responsible for removal of all debris and excess material from the work site. When work is in progress, the contractor shall ensure that hospital operations are not impeded. All workers must obtain an identification badge from the DC VA, prior to beginning work. ID badges can be obtained daily at the PIV badging office located in building 1 floor one section E EXECUTION: For any services performed on site, upon arrival at the VA, the Contractor s representative shall check in with the COR before performing any warranty, repairs and/or maintenance services. This check in is mandatory. Under current conditions, contractor shall reach out to the COR prior to arrival to obtain directives regarding proper PPE needed when reporting to the facility. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's FSEs shall always wear visible identification while on the premises of the VAMC. It is the responsibility of the contractor to obtain and pay for parking. The VAMC does not provide any parking. The VAMC will not invalidate or make reimbursement for parking violations or charges for the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. UNAUTHORIZED USE OF GOVERNMENT EQUIPMENT The Contractor shall not allow his/her employees, including Subcontractors employees, to open desk drawers, cabinets, or to use office equipment, including the use of non-pay telephones for any purpose other than a local emergency call. The Contractor shall be responsible to provide all necessary equipment, tools, parts, and materials to perform the work. The Government shall not be obligated to provide any equipment, tools, parts, and materials to assist the Contractor in performing the work. SECURITY REQUIREMENTS. The contractor including all personnel working on site upon arrival shall check in with the VA Police to obtain a badge and any special guidelines while on the Washington DC VAMC Campus. The VA Police will need a State issued ID to obtain a badge. CONTRACT ADMINISTRATION DATA The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that shall affect price, quantity or quality of performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer without authority, no adjustment shall be made in the contract price to cover an increase in costs incurred as a result thereof. NFPA-NFC: National Fire Protection Association National Fire Codes. NEC: National Electrical Code, NFPA NFC Standard 70 Coordinate all requirements exclusively with or through assigned COTR of VAMC Facilities and Engineering Service; and neither discuss contract work with, nor take any directives concerning contract work form any other person other than COTR unless specifically permitted and authorized to do so. 10. SAFETY PRECAUTIONS: The Contractor shall comply with all applicable Federal, State and Local legal requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulation, such as applicable provision of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. Contractor shall assume the responsibility to guard against causing fires and/or explosion and to protect Government Property, reference NFPA 241 and 29 CFR 1926. The Contractor shall perform the work in a manner consistent with the area security and fire safety regulations especially with regard to exits and exit way access. Utility shutdowns shall not compromise security, communication or fire safety for occupants. No flammable liquids shall be stored or used in the Medical Center. The necessary number and appropriate types of portable fire extinguishers are required per National Fire Protection Association (NFPA) 10 and NFPA 41. All necessary precautions shall be taken by the contractor to prevent activation of any existing smoke detectors or sprinkler heads.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6cdd17d6283c407abe2576e7ae341546/view)
 
Place of Performance
Address: Department of Veterans Affairs Washington DC Medical Center 50 Irving St. NW, Washington 20422
Zip Code: 20422
 
Record
SN05766092-F 20200821/200819230207 (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.