Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
DOCUMENT

J -- Testing of Transfer Switches under load - Attachment

Notice Date
9/15/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);1900 East Main Street;Danville Il 61832
 
ZIP Code
61832
 
Solicitation Number
VA69D17Q1637
 
Response Due
9/27/2017
 
Archive Date
12/26/2017
 
Point of Contact
Kevin Adkins
 
E-Mail Address
4-4544<br
 
Small Business Set-Aside
N/A
 
Description
Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 and 2005-95. The NAICS code is 811219, with a size standard of $20.5 million. This requirement is being solicited in accordance with FAR Parts 12 and 13. Scope of work: The vendor shall provide periodic maintenance services and products to clean, inspect and test run seventeen (17) transfer switches for 30 minutes under building load conditions at the VA Iliana Healthcare System, 1900 East Main Street, Danville, II. Services provided shall include: 1. Cleaning and inspection of 17 transfer switches located in various buildings on the campus (requires two (2) personnel onsite) Equipment Location a. BLDG 101ATS Catalog Number ZBTSH80FC Serial Number 185541 b. BLDG 101ATS ZBTSH80FC 185541 c. BLDG 103 ATS J7ATS3400N5 523442 d. BLDG 103 ATS J7ATS3400N5 523442 e. BLDG 125 ATS B940310049XC 980978 f. BLDG 128 ATS D300B3230C1C 663876-00l RE g. h. BLDG 129 ATS BLDG 14 ATS D300B3230C1C KC1683410400 663876-002RE K20439 i. BLDG 19 ATS RTSN400G3 6603801 j. BLDG 58 ATS 4 J7ATBB3400N5XC 1014801WE k. BLDG 58 ATS CE ZTS4LS40FC-7 1411094 I. BLDG 58 ATS CP ZTS4LS26FC- 7 1411077 m. BLDG 58 ATS LS ZTS4LS26FC-7 1410887 n. BLDG 64 ATS 4W123A 3112893 o. BLDG 98 ATS1 E962340097XC 930771 p. BLDG 98 ATS 2 E962340097XC 986781 q. BLDG 98 ATS 3 OTC-3373990 E990917028 Running of each transfer switch under building load for a period of at least 30 minutes. Documentation of condition, actions completed and test results with notations of deficiencies will be provided to the VA in a timely Manner. Scheduled Transfer Switch Maintenance Checklist Procedure De-energized De-energize the switchgear and engine start signals. Yes Secure and lockout normal and emergency disconnects. Yes Remove the arc chutes and pole covers. Yes Verify and record all sensing and time delay functions in the switchgear. Yes Energized No No No Yes Vacuum clean the accumulated dust from the switchgear and accessory panels. Yes Yes Inspect for moisture or signs of previous wetness or dripping. Yes Yes Remove dirt and grime with an approved solvent. Yes Yes Clean and lubricate TS coil and operator linkage. Yes Yes Inspect all insulating parts for cracks or discoloration due to excessive heat. Yes As Allowed Inspect all main arcing contacts for excessive erosion. Yes Inspect all main current carrying contacts for pitting and discoloration due to excessive heat. Yes Perform contact resistance test on normal and emergency main contacts. Yes Meter Inspect and clean all add-on panels and accessories. Yes Yes Re-install arc chutes and pole covers. Yes N/A Manually operate the main transfer movement to check proper contact alignment, deflection gap and wiping action and control contact operation. Yes No Check all cable and control wire connections to the transfer switch control and sensing panel and other system components and tighten if necessary. Reconnect Engine Start. Yes N/A Re-energize the switchgear and conduct a test by simulating a normal source failure. Yes As Allowed Perform millivolt drop readings across normal and emergency main contacts during transfer test. Yes Yes Meter No Work is to be conducted during off peak periods to minimize disruptions to patient care. Overtime and travel costs are to be included VA provided services: VA personnel will accompany inspection team Emergency Generators will be operated by VA personnel to support the test run requirements All loads are connected 120V service and light circuits are available at all locations Period of service Service is to be performed as soon as possible within each performance period. Direct coordination and scheduling with Jim Blanding, Electrical Supervisor at (217) 554-5992 is required before commencing any work. QUOTE SUBMISSION INFORMATION AND EVALUATION CRITERIA 1. Offerors are required to complete Blocks 17, and 30(a-c) of the SF1449, the price list and acknowledgement of all solicitation Amendments issued and the information identified in paragraph 4 below. 2. Quotes shall be evaluated for Technical Capability, Past Performance, and Price following the evaluation criteria of this solicitation. The quote format, which follows, has been included to assist you in preparing a complete quote. In order to provide full consideration of your qualifications and ability for Contract establishment, you are encouraged to ensure that the information furnished in support of your quote is factual, accurate and complete. You may provide additional information you believe shall enhance your quote; however, overly elaborate presentations are not desired. Failure to provide the information requested may render the offer s quote as unacceptable. The Government reserves the right to verify any information provided. The required information shall be submitted by the Offeror in order to assure complete and proper understanding of the specifications, however, Offeror may include additional information if necessary to more clearly define the Offeror s capability of performing the services or furnishing the products as defined herein. Additional Information: Only those terms and conditions identified in the RFQ shall apply. Offer s quote shall provide an all-inclusive cost to perform all requirements as outlined herein, as applicable. Any changes made to this RFQ by any party are invalid unless agreed to in writing by the Contracting Officer (CO). Any exceptions or clarification the Offeror needs to submit shall be included in the Offeror s quote and clearly identified by the exact section, paragraph, subparagraph and page number of the requirement for which the exception or clarification is being submitted. Failure to properly identify the above may result in less than full consideration for award. Any technical information which is considered to be proprietary or confidential must be marked as such. Offeror confirms that he/she has a regularly established firm in the business called for and who, in the judgment of the Contracting Officer (based upon information provided), is financially responsible. The offeror must show evidence of their firm s reliability, ability, experience, equipment, facilities, and personnel directly employed or supervised by them to render prompt and satisfactory service. Each Offeror submitting a quote shall obtain/possess any certifications, licenses and accreditations to furnish the services required for the VA Illiana Healthcare System. All costs associated with obtaining/ possessing such certifications, licenses and accreditations are included in the Contract price. 3. Quote Submission a. Offerors shall submit one (1) electronic copy of the quote. The quote shall be submitted in two sections, the pricing quote and the technical and past performance Quote. 4. Items to be evaluated are: a. Technical Capability- i. Contractor shall demonstrate relevant experience and qualifications regarding the Statement of Work Requirements. ii. Contractor and his/her personnel shall provide evidence of compliance with all Federal, State, and local regulations, laws, and licensing requirements. iii. Offerors shall provide Information on contracts executed within the past three (3) years with Federal, State, or local Government agencies, along with private sector customers which are relevant to the efforts required by this solicitation. b. Past Performance- Past performance evaluations shall be conducted using information provided with the offer, information obtained from references, information obtained information obtained from the Past Performance Information Retrieval System (PPIRS), the Federal Awardee Performance & Integrity Information System (FAPIIS), and information from any other sources deemed appropriate. The Past Performance evaluation shall assess the relative risks associated with an Offeror's likelihood of success in fulfilling the solicitation's requirements as indicated by that Offeror's record of past performance. When evaluating past performance the government may consider the currency and relevancy of the information, the source of the information, the context of the data provided, and the general trends in the contractor's performance. The government may take into account past performance information regarding predecessor companies and key personnel who have relevant experience that shall perform major or critical aspects of the requirement. Offerors shall provide Information on contracts executed within the past three (3) years with Federal, State, or local Government agencies, along with private sector customers which are relevant to the efforts required by this solicitation. However, in the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably. c. Price- The Price shall include all labor, materials, project management, supplies and supervision. Price will be evaluated by the Contracting Officer to determine reasonableness and may be evaluated to determine whether the price realistically supports the requirements of the solicitation. If more than one offer is received, the prices from the offers will be entered into an abstract or documented in the Contracting Officer s Award Decision. d. Veteran s Involvement: a) For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors. Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov). b) For Non-SDVOSBs/VOSBs: To receive partial credit under this Factor, an offeror must state in its quote the names of SDVOSB(s) and/or VOSB(s) with whom it intends to subcontract, and provide a brief description and the approximate dollar values of the proposed subcontracts. Additionally, proposed SDVOSB/VOSB subcontracts must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov) in order to receive partial credit under the Veteran s Involvement Factor. 5. Failure to submit the necessary information may render the offer unacceptable, in which case it will not be considered for award. Proposals will be evaluated in accordance with the criteria set forth above. The Government may, at its discretion and in its best interest, make award without conducting discussions with offerors. Therefore, perspective offerors are encouraged to submit initial proposals that represent the best terms and conditions of the offeror. 6. BASIS FOR ESTABLISHMENT OF AWARD: Award will be based on Best Value in accordance with Federal Acquisition Regulation (FAR) 13.106-2., under the authority of FAR 13. The Government shall select the best overall offer, based upon an integrated assessment of evaluation factors listed in the FAR 52.212-2 Evaluation Commercial Items. Award shall be made to the offeror whose offer is determined to be the most advantageous to the Government. The Government intends to establish a single award to the offeror whose offer is determined to represent the best value to the Government. SUBMISSION OF QUOTATION: The quotation shall be submitted via U.S.P.S regular mail, commercial overnight delivery or hand-delivered. It may also be emailed to Kevin Adkins, Contracting Officer, at kevin.adkins@va.gov.The proposal shall be addressed to the office specified in the solicitation and shall show the time specified for receipt, the solicitation number and name and address of the offeror. Proposals shall be submitted as described below: If submitting via U.S.P.S. regular mail, commercial overnight delivery or hand-delivered, submit the proposal to the following address: Kevin Adkins VA Illiana Healthcare System 1900 East Main Street Building 102 Room 124C Danville, Illinois 61832
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17Q1637/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-17-Q-1637 VA69D-17-Q-1637_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3798735&FileName=VA69D-17-Q-1637-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3798735&FileName=VA69D-17-Q-1637-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Iliana Healthcare System;1900 East Main Street;Danville IL
Zip Code: 61832
 
Record
SN04679604-W 20170917/170915231322-67c5fad5ceaac421c98e54f0514c7aa9 (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.