SOURCES SOUGHT
Z -- 36C26223Q0213 | Solar Panel PM | GLA
- Notice Date
- 2/17/2023 10:47:22 AM
- Notice Type
- Sources Sought
- NAICS
- 221114
— Solar Electric Power Generation
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q0213
- Response Due
- 2/24/2023 4:00:00 PM
- Archive Date
- 03/26/2023
- Point of Contact
- Edward Condreay, Contract Specialist, Phone: 858-642-6241
- E-Mail Address
-
edward.condreay@va.gov
(edward.condreay@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 10 This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Greater Los Angeles VA Healthcare System located at 16111 Plummer Street, North Hills, CA 91343 and the Downtown LA ACC Medical Center located at 351 E. Temple Street, North Hills, CA 91343 is seeking a potential qualified contractor that can provide Solar Panel preventive maintenance, repair as needed and servicing. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 221114 (250 Employees). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to edward.condreay@va.gov. All information submissions to be marked Attn: Edward Condreay, Contract Specialist and should be received no later than 4:00 pm PST on February 24, 2023. PERFORMANCE WORK STATEMENT (PWS) Solar Photovoltaic Arrays Maintenance and Repair VA Sepulveda Campus 16111 Plummer Street, North Hills, CA 91343 And LA ACC Medical Center At 351 East Temple Street, Los Angeles, CA 90012 PART 1 General Information Price/Cost Schedule CONTINUATION SHEET REFERENCE NO. OF DOCUMENT BEING CONTINUED NAME OF OFFEROR OR CONTRACTOR PROVIDE STANDARD SOLAR SERVICE MAINTENANCE CONTRACT ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE AMOUNT 0001 0002 0003 Annual Maintenance Service Seventeen Solar Array Sites at the VA Sepulveda Campus at 16111 Plummer Street, North Hills, CA 91343 and the LA ACC Medical Center at 351 East Temple Street, North Hills, CA 91343 Replace broken solar panels Emergency Repair 1 1 1 JOB JOB JOB Total GENERAL: This is a non-personnel services contract to provide Solar Photovoltaic Arrays Maintenance, Repair, and Cleaning. This is a standard maintenance contract. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. CONTRACT LENGTH: The Special Service Contract shall be awarded for a five (5) year period, including a Base Year and 4 option years: Base Year Annual Maintenance ------------------------------ Replace 150 Broken solar panels Emergency Repair------------------------------------------------ Option Year 1 Replace 150 Broken solar panels Emergency Repair------------------------------------------------ Option Year 2 Replace 70 Broken solar panels Option Year 3 Emergency Repair------------------------------------------------ Option Year 4 Emergency Repair------------------------------------------------ PROJECT WORK - TIME AND MATERIALS: Project work shall mean work performed on solar arrays and solar monitoring. The contractor assigned to this contract shall work closely with the VA Facility Manager, Ross Manoukian. Project pricing shall include everything the contractor anticipates is necessary to complete the job (i.e., permits, rental equipment, materials, chemicals, labor, supervision, transportation, subcontractor costs, mobilization costs, demobilization costs, clean up etc.). TECHNICAL SPECIFICATIONS The VA GLA requests bids for the following work: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Solar Photovoltaic Arrays Maintenance and Repair as defined in this Performance Work Statement except for those items specified as government furnished property and services. The Contractor shall perform to the standards in this contract. Background: The VA Sepulveda Campus has seventeen solar arrays on-site. In total there are a quantity of nine Advanced Energy Solaron® Grid-Tie inverters and two Satcon PowerGate® Plus inverters, the rest of the inverters are Sunny Boy localized type of inverters. The Following List of Solar Arrays provide the solar panel locations and associated inverters. Table 1- List of Solar Arrays Solar Array Location Solar Monitoring Inverters Ground Mount Sunpower Solar Tracker Sunpower Four 500 KW Satcon Inverter Parking Lot A Sunpower One 500 KW Satcon Inverter Solar Array Location Solar Monitoring Inverters Parking Lot X Sunpower One 500 KW Satcon Inverter Parking Lot U Sunpower One 500 KW Satcon Inverter Building 99 rooftop Sunpower 250 KW Satcon Inverter Parking Lot next to Building 99 Sunpower Six SMA STP 24 KW 250 KW Solaron Inverter Site 6 Ground Mount Sunpower Two 30KW SMA and one 20 KW SMA Inverter Parking Lot F Sunpower 500 KW Solaron Inverter LA ACC Medical Center roof top Sunpower Fifteen 8KW SMA Inverters myPVData Majority of the solar arrays, ground-mount, roof top and carport structure were built by Sunpower Corporation: The PV modules have a minimum 20-year limited warranty that modules will generate no less than 80% of rated output under Standard Test Conditions (STC), the inverters had 5 years warranty. Objectives: The objective of this contract is to maintain and document safe and efficient operation of the arrays and inverters and provide solar monitoring. Scope: The Contractor shall furnish all parts, labor, equipment, qualified personnel, qualified supervision, and transportation necessary to provide training, maintenance, repair, inspection and cleaning of the nine VA Sepulveda Campus and VA LA ACC Medical Center Solar PV inverters and arrays. AVAILABILITY OF FUNDS Pursuant to statutory requirements, any contract resulting from this bid shall be subject to the availability and appropriation of sufficient funds annually and contingent upon approval of funding. GENERAL INFORMATION Site-Specific Safety Plan: The Contractor shall develop and maintain an effective Site- Specific Safety Plan to ensure services are performed in accordance with standard electrical and PV safety practices. The Contractor shall develop and implement procedures to identify, prevent, and ensure safe services. The Contractor s Site-Specific Safety Plan shall include a list of the Contractor-required safety training and a written procedure for Contractor personnel to follow in the event of a medical or site emergency. The Site-Specific Safety Plan is to be delivered within 3 weeks after contract award. Quality Assurance: The government shall evaluate the Contractor s performance under this contract in accordance with the Performance Requirements Summary (refer to Technical Exhibit 1). This summary is primarily focused on what the Government must do to ensure that the Contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). Recognized Holidays: The Contractor is not required to perform service on federal holidays. New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Juneteenth Day Independence Day Christmas Day Hours of Operation: For NORMAL SERVICES: The Contractor is responsible for conducting business, between the hours of 7:00 am and 5:00 pm Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government-directed facility closings. When Normal Service requires that an inverter or array be taken off-line, that service should be accomplished in a timely manner to reduce the number of hours the array is off-line during Southern California Edison (SCE) On-Peak hours (refer to Part 2, Definitions and Acronyms). For other than firm fixed price contracts, the Contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. For SERVICES OUTSIDE OF NORMAL SERVICES: Hours of Operation as agreed to in writing between the Contractor and Contracting, for solar cleaning of carports to be performed preferably during weekends. Place of Performance: The work to be performed under this contract will be performed at the VA Sepulveda at 16111 Plummer Street, North Hills, CA 91343 and the LA ACC Medical Center at 351 East Temple Street, Los Angeles, CA 90012. Type of Contract: The government will award a special maintenance contract. Security Requirements: Contractor personnel performing work under this contract must have a general employment background check at the time of the proposed submission and must maintain the level of security required for the life of the contract. PHYSICAL Security: The Contractor shall be responsible for safeguarding all government equipment, information and property provided for Contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. Key and Badge Control: Prior to commencing any work, Contractor personnel will sign- out a temporary badge and key(s) from either the M&O Supervisor, the Electric Shop, or the COR. The Contractor shall establish and implement methods of making sure all badges/keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No badges or keys issued to the Contractor by the Government shall be duplicated. Such procedures shall include turn-in of any issued badges and keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate badges/keys/key cards to the M&O Supervisor and the COR. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas. Upon authorization in writing by the COR, the Contractor may open locked areas for subcontractor personnel engaged in the performance of assigned work in those areas (e.g., inverter or meter personnel). Lock Combinations. VA will provide lock combinations for solar inverter areas for access. Qualifications: Contractor Project Manager/Field Supervisor shall have at least 3 years of Solar PV experience and possess an Occupational Safety and Health (OSHA) 30-Hour Training Course card. Additionally, being a North American Board of Certified Energy Practitioners (NACEP) Certified PV Installation Professional is preferred. The Lead Solar PV Technician shall have at least 2 years of electrician experience; 1 year of Solar PV experience; and possess at least an OSHA 10-Hour Training Course card. Additionally, evidence of passing the NABCEP Entry Level Exam is preferred. Copies of the OSHA-30 and OSHA-10 training cards are to be delivered within 3 weeks after contract award. Post Award Conference: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. Contracting Officer Representative (COR): The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. Key Personnel: The follow personnel are considered key personnel by the government: Contract Manager, Project Manager/Field Supervisor. The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the Contracting Officer and the COR. The Contract Manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The Contract Manager or alternate shall be available between 8:00 a.m. to 4:30p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. Contractor personnel shall wear (or, if wearing the badge presents a safety concern, keep the badge in their pocket or in their vehicle) their visitor s badge prior to commencing any work at the facility (refer to Section 1.5.7.2, Key and Badge Control). Other Direct Costs: ODCs must be preapproved by the Contracting Officer. Examples of ODCs applicable to this PWS include inverter MOXA box replacements not covered under warranty; inverter controller board replacement not covered under warranty; inverter cooling fans not covered under warranty; and PV modules. Note: The VA does have spare PV modules, also some of the inverters ware not being used so that contractor can coordinate with the VA COR in using for spare parts. Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the Contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. Organizational Conflict of Interest: Contractor and subContractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The Contractor s mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. PART 2 DEFINITIONS & ACRONYMS DEFINITIONS AND ACRONYMS: DEFINITIONS: CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The Contracting Officer is the only individual who can legally bind the government. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the Contracting Officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. DELIVERABLE. Anything that can be physically delivered and may include non- manufactured things such as meeting minutes or reports. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 MAINTENANCE. Activities required or undertaken to conserve the original asset or resource (e.g., filter replacement, String Combiner Box fuse replacement, Inverter fuse replacement, bolt torqueing). PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 REPAIR. Activities required or undertaken to replace a broken, damaged, or failed device or equipment to return the device or equipment to an operating or usable condition (e.g., failed Inverter Cooling fan, failed MOXA box, failed fuse in Array Combiner Box). 2.1.12. SUBCONTRACTOR. One that enters into a contract with a prime Contractor. The Government does not have privity of contract with the subContractor. Southern California Edson (SCE) ON-PEAK HOURS: Currently, the SCE On-Peak hours are as follows: For the TOU-8- rate, Option D, Option D-CPP, and Option E the peak period are as follows: TOU Period Weekdays Weekends and Holidays Summer Winter Summer Winter On-Peak 4 p.m. - 9 p.m. N/A N/A N/A Mid-Peak N/A 4 p.m. - 9 p.m. 4 p.m. - 9 p.m. 4 p.m. - 9 p.m. Off-Peak All other hours 9 p.m. - 8 a.m. All other hours 9 p.m. - 8 a.m. Super-Off-Peak N/A 8 a.m. - 4 p.m. N/A 8 a.m. - 4 p.m. CPP Event Period 4 p.m. - 9 p.m. 4 p.m. - 9 p.m. N/A N/A Option B, Option B-CPP, Option R (Legacy TOU Periods) TOU Period Weekdays Weekends and Holidays Summer Winter Summer Winter On-Peak 12 p.m. - 6 p.m. N/A N/A N/A Mid-Peak 8 a.m. to 12 p.m. 6 p.m. to 11 p.m. 8 a.m. to 9 p.m. N/A N/A Off-Peak All other hours All other hours All other hours All other hours CPP Event Period 4 p.m. - 9 p.m. 4 p.m. - 9 p.m. N/A N/A The summer season shall commence at 12:00 a.m. on June 1 and continue until 12:00 a.m. on October 1 of each year. The winter season shall commence at 12:00 a.m. on October 1 and continue until 12:00 a.m. on June 1 of the following year Holidays are New Year's Day (January 1), Presidents Day (third Monday in February), Memorial Day (last Monday in May), Independence Day (July 4), Labor Day (first Monday in September), Veterans Day (November 11), Thanksgiving Day (fourth Thursday in November), and Christmas (December 25). When any holiday listed above falls on Sunday, the following Monday will be recognized as a holiday. No change will be made for holidays falling on Saturday. Take note that SCE holidays do not always align with federal holidays. Hours other than those detailed above are defined as SCE Off-Peak hours. Historically, SCE has occasionally redefined the time frame of On-Peak and Low-Peak hours. In the event that such a change occurs, Contracting will inform the Contractor of the change. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. WORK WEEK. Monday through Friday, unless specified otherwise. ACRONYMS: ACOR Alternate Contracting Officer's Representative CFR Code of Federal Regulations COR Contracting Officer Representative COTR Contracting Officer's Technical Representative COTS Commercial-Off-the-Shelf FAR Federal Acquisition Regulation KO Contracting Officer OCI Organizational Conflict of Interest ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QC Quality Control TE Technical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Utilities: The Government will provide access to a water source if they are required for performance of services (e.g., PV module cleaning). The Contractor shall instruct employees in utilities conservation practices. The Contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning equipment and ensuring that the inverter/array is fully on-line and properly inverting before locking up and leaving the site. During routine servicing, if it is necessary to take an inverter or array off-line, that servicing should be accomplished in a timely manner to reduce the number of off-line hours during the TEP On-Peak timeframes. If a service will take an inverter or array offline for an extended period of time (i.e., more than 4 hours) during SCE On-Peak timeframes, the Contractor shall inform the COR. NOTE: Anytime there is a need to take an array or several arrays offline during SCE On- Peak timeframes, the VA COR shall discuss the situation/need with the VA Energy Manager. 3.2 Contractor will provide signage in order to divert employees and visitors from the PV service areas as needed. In the event that the Government requests that PV modules be washed, discussions between the Contractor and Contracting, and the COR must take place and the course of action agreed upon in writing at least three weeks before commencing such servicing because careful coordination with Security (regarding parking lot closures) and with the VA Industrial Hygienist regarding possible use of cleaning products is required. A construction advisory will be posted, cleaning should be performed during weekends as to minimize the impact to parked cars. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. Materials NORMAL SERVICES For Sections 5.1.1 and 5.1.2: The Contractor shall provide Inverter filters, Inverter fuses, String Combiner Box fuses, Inverter cooling fan required to maintain the Solar PV arrays and inverters. Inspect PV modules for damage, discoloration or de- lamination, inspect mounting system for damage or corrosion, inspect ground braids, electrodes, and conductors for damage. Trackers - Inspect tracker components for damage or corrosion, inspect tracker controllers for damage, lubricate tracker motors and jackscrews. Contractor will have to hire the services of Sunpower Corporation to repair the tracking system as it is a proprietary Sunpower system if needed. Verify proper operation and alignment. Parts or equipment replaced or added to the PV systems must be compatible with the existing system/design. For Sections 5.1.3: Otherwise the cost of needed parts shall be submitted to Contracting for review/approval. Parts or equipment replaced or added to the PV systems must be compatible with the existing system/design. 4.23 Contractor shall also pay for yearly monitoring services which is also a Sunpower System Power Factors or provide equivalent monitoring system and pay for cell phone and utilities. Provide proper training. Materials SERVICES OUTSIDE OF NORMAL SERVICES. Materials that are needed for SERVICES OUTSIDE OF NORMAL SERVICES shall be submitted to Contracting for approval. Parts or equipment replaced or added to the PV systems must be compatible with the existing system/design. Equipment. The Contractor shall provide all equipment required to maintain and repair of the Solar PV arrays, inverters, meters, etc. (e.g., common electrician equipment, man-lift, technician laptop, IR camera, water bowser, etc.). Equipment/parts replaced or added to the PV systems must be compatible with the existing system/design. PART 5 SPECIFIC TASKS Specific Tasks: NORMAL SERVICES: The Contractor shall provide the following services: INVERTER AND INVERTER ENCLOSURE CLEANING: The Contractor may determine that it is important to replace/clean the inverter filters more frequently. If so, the Contractor shall bring this to the attention of Contracting and the COR for subsequent discussion: Inverter Fenced Enclosure Cleaning; Inverter Cabinet Dry Wipe-Down; Inverter Filter Replacement; Inverter Cabinet interior vacuuming. Refer to manufacturer maintenance requirements (Maintenance of Solaron Grid-Tied Photovoltaic Inverters); and (Satcon Inverter Chapter 4 Maintenance Information); Sunny Boy Inverter maintenance requirements. Note that the filter for the Satcon Inverter is designed to allow for filter cleaning. The Contractor shall inform the VA if the filter is being cleaned or being replaced. One of the Filter Replacements shall be performed prior to the hot summertime temperatures (i.e., preferably filters replaced in April or May). Contractor shall develop and submit a checklist to document the inverter cleaning and inverter enclosure cleaning. Completed and signed checklists shall be maintained for each inverter and array, and copies submitted to the Government. INVERTER AND ARRAY INSPECTION/SERVICE: Annually (The Contractor may perform a percentage of these services quarterly, as long as every inverter is serviced at least once during the year. The Contractor may perform the annual inspection/servicing in conjunction with one of the Inverter and Inverter Enclosure Cleanings as identified in 5.1.1). iv. Inverter Inspection and Preventative Maintenance in accordance with manufacturer s instructions and checklists. Refer to manufacturer maintenance requirements (Maintenance of Solaron Grid-Tied Photovoltaic Inverters); and (Satcon Inverter Chapter 4 Maintenance Information); Sunny Boy Inverter maintenance requirements. Annual Inverter servicing shall include: Inverter and Inverter Enclosure Cleaning as identified in 5.1.1 (if the Contractor wishes to perform one of the two cleanings at the same time that the annual inspection/service is performed). Thermal Imaging within inverter cabinet. Hot spot troubleshooting and proper torqueing as required. If a situation is encountered that cannot be readily resolved, the Contractor shall submit its findings to Contracting and the COR for subsequent discussion/decision on the path forward to resolve/repair the situation. Rescanning to confirm hot spot issue has been resolved. Annual Array servicing shall include: Visual inspection (e.g., inspection of PV modules for defects, heavy soiling, shattered glass, unsecure modules). Module replacement as necessary. Visual Inspection of string lines (as accessible) and PV module mounts (as accessible) String Combiner Box fuse checks and Array Combiner Box fuse checks. As accessible, visual inspection of system for corrosion, evidence of arcing, water infiltration into Array Combiner Boxes or String Combiner Boxes. The...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c2704c5dde7e4df58b3c3f730e1f004f/view)
- Place of Performance
- Address: Greater Los Angeles VA Healthcare System Sepulveda and Downtown LA VA Medical Centers 16111 Plumer Street 351 E. Temple Street, North Hills, CA 91343, USA
- Zip Code: 91343
- Country: USA
- Zip Code: 91343
- Record
- SN06595569-F 20230219/230217230108 (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 |