Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2012 FBO #3920
DOCUMENT

J -- Electrical Power Distro Maintenance Testing Prescott AZ - Attachment

Notice Date
8/16/2012
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Contracting Division;3601 S. 6th Avenue;Mail Code: 9-90C, Bldg 45, Rm #108;Tucson AZ 85723
 
ZIP Code
85723
 
Solicitation Number
VA25812Q0791
 
Response Due
9/5/2012
 
Archive Date
11/4/2012
 
Point of Contact
Gregory Manning
 
E-Mail Address
9-4929<br
 
Small Business Set-Aside
Veteran-Owned Small Business
 
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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation VA258-12-Q-0791 is issued as a request for quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular2005-36. (iv) This procurement is being issued as a 100% Veteran Owned Small Business set-aside under NAICS code 238210 with a small business size standard of $14M. (v) Schedule of Pricing: CLIN 0001 - Covers Bldgs #107, 108, 117, 148, & 151. CLIN 0002 is an additive line item which may be included based on available funding. See below schedule for complete details. (vi) STATEMENT OF WORK for "ELECTRICAL POWER DISTRIBUTION SYSTEM MAINTENANCE AND TESTING." Contractor shall provide all labor, tools, supplies, materials, facilities, transportation, and all other necessary elements required to provide "Electrical Power Distribution System Maintenance and Testing" for the Northern Arizona Veteran's Affair's Healthcare System (NAVAHCS), VA Campus, 500 Hwy 89N., Prescott AZ 86313. Requirements are as follows: 1. Introduction: This Statement of Work (SOW) describes the requirements for the maintenance, inspection, testing, and/or calibration of the Electrical Power Distribution System and all of its components. These work items are referenced as "Maintenance and Testing" in this document, hereafter. This SOW describes the requirements for Contractors to be considered qualified to perform the work outlined in this work statement. Contractors who are contracted by VHA Medical Center to perform maintenance and testing of the Electrical Power Distribution System, and all of its components shall meet all requirements stated in Section 2 of this document. Section 3 describes the work to be performed and Section 4 describes the form of the documentation required at the completion of the work. 2. Qualifications of Contractors: Contractors shall have NETA Certified Technicians directly working on the equipment. Helpers aren't required to be NETA certified, however they cannot work without being directly supervised by a NETA Certified Technician. The NETA Certified Technicians must have at least 5 years of relevant experience working in maintenance, inspection, and testing of the Electrical Power Distribution System and its components in healthcare, industrial, educational, and commercial facilities for a minimum of five (5) continuous years.. Contractors shall have documented safety training in electrical safety as outlined in 29 CFR 1910.331 through 29 CFR1910.335. At least one person in a position of authority must be on site during any contractor activity that has completed the OSHA 30 hour construction safety training and everyone else working on site must have completed the OSHA 10 hour construction safety training. Contractor shall submit training certifications to the VA Contracting Officer along with their bid. Contractors shall have ready access to the latest versions of the following references: 1)NFPA 70, National Electrical Code. 2)NFPA 70B, Recommended Practice for Electrical Equipment Maintenance. 3)NFPA 70E, Standard for Electrical Safety for the Workplace. 4)NFPA 110, Standard for Emergency and Standby Power System. 5)OSHA Standard 29 CFR 1910, Subparts I & S. 6)InterNational Electrical Testing Association, Inc. (NETA) - Maintenance and Testing Specifications. 7)Operating/Maintenance manuals, and specifications of the electrical equipment to be maintained and tested. These documents may be obtained from the VHA Medical Center, or the equipment manufacturers. 8)Contractors shall be equipped with all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E. 3.Summary of Work: Work items, definitions, and references shall comply with the latest edition of the NETA - Maintenance Testing Specifications and the requirements of NFPA 99 and NFPA 110. Below is a list of electrical equipment that shall be maintained, and tested: A.Switchgear and Switchboard Assemblies. B.Transformers, Dry Type, Air-Cooled, Low-voltage, Small. C.Transformers, Dry Type, Air-Cooled, Low-voltage, Large. D.Transformers, Liquid-Filled. E.Metal-Enclosed Busways. F.Switches, Air, Low-Voltage. G.Switches, Air, Medium-Voltage, Metal-Enclosed. H.Switches, Oil, Medium-Voltage. I.Switches, Vacuum, Medium-Voltage. J.Switches, SF6, Medium-Voltage. K.Circuit Breakers, Air, Insulated-Case/ Molded-Case. L.Circuit Breakers, Air, Low-Voltage Power. M.Circuit Breakers, Air, Medium-Voltage. N.Circuit Breakers, Oil, Medium and High-Voltage. O.Circuit Breakers, Vacuum, Medium-Voltage. P.Circuit Breakers, SF6. Q.Protective Relays, Mechanical, and Solid State. R.Protective Relays, Microprocessor Based. S.Grounding Systems. T.Ground-fault Protection Systems. U.Motor Control, Motor Starters, Low-Voltage. V.Motor Control, Motor Starter, Medium-Voltage. W.Emergency Systems, Engine Generators. X.Emergency Systems, Automatic Transfer Switches. Y.Infra-Red Scanning: 4. This work item must be done while the Electrical Power Distribution System is energized. Appropriate safety precautions must be taken before, during and after scanning the system: Use an infra-red scanning camera to detect hot spots in the Electrical Power Distribution System. The objective of this work is to detect any loose, broken, or corroded connections in the system. Problem connections shall be replaced with new connectors, and/or tightened with torque wrench to meet the equipment manufacturers' specifications. 5. Report Requirements - Contractor shall provide complete written report of the work. Information shown in the report shall be as following: A.Company's name, address, telephone & FAX numbers B.Name and signature of contractors who perform the maintenance and testing. C.VA Work Contract Number, name and number of VA Contracting Officer. D.Date and Time of work. E.Copies of contractors' valid licenses, professional and training certificates. F.Descriptions and model number of specialized tools and equipment used, such as torque wrench or infra-red scanning camera. G.Location, Type, Name, and nameplate information of electrical equipment to be maintained and tested. H.Descriptions of work items. I.Test data. J.Reference materials such as equipment manufacturer's specifications, coordination study, etc. K.Remarks on conditions of electrical equipment. List all deficiencies, if any. L.Recommended corrective actions, if any. M.Submit two (2) hard copies of the complete written report to VA Contracting Officer within seven (7) calendar days of visit. N.Submit four (2) hard copies of the complete written report and one (1) CD-Rom of the electronic version of the report in Microsoft Word format to the Chief of Engineering Service within seven (7) calendar days of visit. All reference materials shall be included in the electronic version of the report, either through scanning or other means of electronic text import methods. O.Contractors shall report deficiencies that are deemed critical or catastrophic immediately to the Contracting Officer, and Chief of Engineering Service for immediate actions. (vii) Period of Performance: This service will be performed within 30-60 calendar days of contract award. Contractor shall submit recommendation for Contracting Officer consideration. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) 52.212-2, Evaluation -- Commercial Items applies. Quotes will be evaluated on price. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.209-5--Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters,52.209-6--Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.222-41-Service Contract Act, 52.232-33-Payment by Electronic Funds Transfer--Central Contractor Registration, 52.237-3--Continuity of Services, 52.247-34--F.o.b.- Destination, 52.222-19-Child Labor-Cooperation with Authorities and Remedies, 52.222-37-- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-42--Statement of Equivalent Rates for Federal Hires applies to this acquisition and 252.232-7003 "Electronic Submission of Payment Requests." VAAR 852.203-70 - Commercial Advertising, VAAR 852.203-71 - Display of Department of Veteran Affairs Hotline Poster, VAAR 852.219-10, VAAR 852.237-70 - Contractor Responsibilities, VAAR 852.273-76 - Electronic Invoice Submission. Department of Labor Wage Determination number 2005-2023, Revision #16, Dated 06/19/2012 is hereby incorporated into this synopsitation and any subsequent contract award. (xiii) Offers are required not later than Sep 12, 2012 at 1:00 PM local time. (xiv) Contracting Officer: Gregory D. Manning, Gregory.Manning2@va.gov 520-629-4929. SCHEDULE OF PRICING: Period of Unit of CLIN # Performance Issue Qty Unit Price Yearly Total 0001 60 Calendar Days JB 1 $_____________ $______________ Contractor shall provide all labor, tools, equipment, transportation, and all other necessary elements required to complete the above detailed services, for building's number 107, 108, 117, 148, and 151. 0002 60 Calendar Days JB 1 $_____________ $______________ This CLIN represents an "Additive Line Item" and will be awarded only if there is sufficient government funding available for this portion of the project. Work is in strict accordance with the above listed Statement of Work and will provide for services to building's number 12, 14, 16, 28, and 70. ____________________________________________________ __________________ Printed Name and Title of Authorized Company Representative Date _____________________________________________ ____________________________ Signature of Authorized Company Representative Phone No. and E-mail Address
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TuVAMC/VASAHCS/VA25812Q0791/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-12-Q-0791 VA258-12-Q-0791.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=444966&FileName=VA258-12-Q-0791-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=444966&FileName=VA258-12-Q-0791-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02841995-W 20120818/120816235256-36929d994a14a5e6099bd6a77387b77e (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.