Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2015 FBO #4879
DOCUMENT

30 -- Electrical Services for Castle Point - Attachment

Notice Date
4/2/2015
 
Notice Type
Attachment
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24315N0586
 
Response Due
4/6/2015
 
Archive Date
4/16/2015
 
Point of Contact
John Redmond
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does no obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought announcement 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 businesses. Responses to this notice shall include: A.Company Name B.Address C.Point of contact D.Phone, fax, and email E.DUNS number F.Cage Code G.Tax ID Number H.Socioeconomic Status: "Service Disabled Veteran Owned Small Business "Veteran Owned Small Business "8(a) HUB Zone "Women Owned Small Business "SBA Certified Small Disadvantaged Business "SBA Certified 8(a) "SBA Certified HUB-Zone "Small Business "Other than Small Business I.Must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below: Description: The VA-HVHCS, Castle Point Campus, is seeking to identify potential sources that can provide "Electrical Services for Castle Point." See the attached Statement of Work, Specifications and brochure information. The North American Classification System (NAICS) code for this acquisition is 811310 (size standard to be considered small business is 7.5 Million). This inquiry must meet or exceed all of the specs in the SOW. Please provide a capabilities statement and exactly what you can provide compared to the SOW. Please include specs and pictures (if possible). Performance Work Statement (PWS) Installation of ATS-Building 9 Castle Point Campus Department of Veterans Affairs Hudson Valley Health Care System 1.Background Engineering Service (138) is committed and proudly serves the VA-HVHCS, Montrose & Castle Point Campuses, providing the best possible environment for health care to veterans and the highest standards of service to customers. We do this by improving and maintaining our physical structures and by providing the equipment, supplies, testing and preventive maintenance necessary to support excellence in health care. Critical power takes on extra meaning for our healthcare facility. An interruption or loss of electric power for our facility is more than a mere inconvenience or loss of profit; it truly can result in a tragic event. Certain functions must be restored within 10 seconds of loss of normal power, including those intended for life safety functions, such as illumination of means of egress and exit signs. They also include critical areas and equipment, such as fixed equipment in operating rooms, where the electrical failure can have serious negative consequences on patient care. Both NFPA 99 and NFPA 110 address the maintenance and testing of the emergency power systems for health care facilities. Routine maintenance, detailed in NFPA 110, must be performed to ensure that the emergency power can meet the requirement for 10-second power restoration. Monthly testing (at least 12 times per year at intervals between 20-40 days) of the emergency power source is required under load for 30 minutes. At least once every three years, the entire EPSS must be tested continuously for four hours. The ATS to be replaced under this requirement has been found to be beyond its useful life expectancy. This unit supplies emergency power for the communications systems at the Castle Point campus in addition to the Police Service systems that help ensure our safety and security. Ensuring the reliability of our electrical system is the preferred and sensible approach. The overall goal of Hudson Valley Health Care System and the Joint Commission's Environment of Care Standard associated with EPSS is to help maximize the reliability of the emergency standby power system. Completion of this requirement will increase the likelihood that the EPSS will continue to function as intended for many years. The procurement & service described herein is required to achieve the objectives as follow: 2. Objectives The purpose of this solicitation is to establish a firm fixed price contract with a qualified firm that can provide the necessary parts, material, supplies and labor to complete the work described herein. 3.Place of Performance Department of Veterans Affairs Hudson Valley Health Care System VAMC - Castle Point Campus 41 Castle Point Road Wappinger Falls, New York 12590 Building 9 Basement 4.Project Points of Contact John Redmond, Contract Specialist Phone:631-261-4400 COR - Peter Bambino, General Foreman (COR) Engineering Service Phone: 845-831-2000 X 4765 Cell: 914-943-8682 5.Project Duration Once NOTICE TO PROCEED has been issued, the contractor has 30 calendar days to complete the project. Extensions will be granted for unforeseen conditions, and other factors outside of the contractor's control. 6.Environmental Issues While the Department of Veterans Affairs has no direct knowledge of there being any environmental issues in the work area, there's always the possibility of environmental hazards being discovered once work has started. If the contractor encounters any suspicious material, i.e., lead paint or asbestos; bring it to the attention of the project manager immediately. Any abatement of lead paint, asbestos etc. shall be considered in scope for the purposes of this contract. 7.Environmental Procedure The Contractor shall comply with the VA Sustainability and Green Environmental Management procedures. 8.Submittals All products specified are to establish a standard of quality. Submittal response by the government shall be 5 calendar days or less. If product samples are not submitted in a timely fashion, any delays caused by the contractor will not warrant a time extension. After completion of all work, the Contractor shall submit to the project manager the manufacturer's specifications, instructions and material specification sheets in original form. Additionally, the Contractor shall submit all inventory changes (removals, additions, upgrades, etc., and new condition codes) to the COR 9.Equipment The contractor shall provide all equipment associated with the entire project, operate in a safe manner and adhere to all OSHA, VA & other regulatory standards. 10.Equipment and Material Storage The contractor shall provide and store all equipment and the materials required to completing the project. The materials are required to be kept clean and dry throughout the duration of the project. 11.Contractor Use of the Premises & Hours of Work A.During the period of the project, the contractor shall have access to the site only during Normal Business Hours Monday - Friday 8:00AM - 4:30PM excluding National Holidays unless prior approval is granted by the COR. Prior approval shall be granted the day of work. This job shall be worked start to finish. At no time shall the facility be without emergency back-up with the exception of 1 hour during the phasing of the work. B.All delivery will normally occur between the hours of 8AM - 4:30PM, Monday - Friday, excluding National Holidays as approved by VA. Other arrangements may be made with approval of the COR. C.All work shall be completed start to finish. The contractor shall not leave the buildings without emergency power back up except as noted herein during the phasing of the work for no more than (1) one hour at a time. D.The contractor will need to coordinate with the government Contracting Officer/VA POC COR to arrange access to the VA Medical Facility. E. The contractor shall make every effort to cause a minimum of damage to any area of the VAMC, any items that need to be moved during the course of the project, and any areas not included in this scope of work. Any damage caused will be repaired at the contractor's expense. F. The contractor shall make every effort to cause a minimum of damage to parking lots, any other paved areas, any items that need to be moved during the course of the project, and any areas not included in this scope of work. Any damage caused will be repaired at the contractor's expense. 12.Progress Meetings Progress meetings are not required for this project. The Project Manager/COR will make periodic inspections of the work progress. 13.Protection of Public The buildings will continue to be used by tenants. The contractor shall ensure the job site is protected from unauthorized entry. The building shall remain safe with access and egress for tenants. 14.Housekeeping The project site shall be kept in a neat, orderly, and safe condition at all times. The contractor shall provide enough containers for collecting construction debris and construction materials to be recycled. The contractor shall wet down dry materials and rubbish to prevent blowing dust and keep volatile wastes in covered containers. The contractor shall abide by the (ICRA) Infection Control Risk Assessment classification assigned by the VA-IC Nursing staff. 15.Material Removal The contractor shall provide dumpsters as necessary to handle any demolition or excess materials from the project. The location of these dumpsters will need to be coordinated with the COR at the start of the project. The contractor shall be responsible for the transportation of the waste material to a landfill as well as the disposal costs. The contractor shall not stockpile demolition debris for more than 48 hours. 16.Disposal Unless otherwise specified, all removed material becomes the property of the contractor and shall be disposed of outside Government facilities and land. The contractor shall dispose of refuse as necessary, in a legal manner, at a public or private dumping area. Document and provide to the Contracting Officer & COR the quantity of materials disposed of through recycling and through sanitary landfills (cubic yards or tons as appropriate). 17.Transportation and Deliveries The contractor shall arrange deliveries of materials in accordance with work schedules; coordinate with COR to avoid conflict with other tenants and other work conditions at the site. The contractor MAY use the loading dock near the work site. 18.Cleaning Before scheduling the final inspection, the Contractor shall accomplish six items: (1) Remove all tools, equipment, surplus material, and rubbish; (2) Restore or refinish, to original condition, surfaces that are damaged due to the work of this contract; (3) Remove grease, dirt, stains, foreign materials, and labels from finished surfaces; (4) Thoroughly clean building interiors; (5) Pickup all debris from the site; and (6) At time of final inspection, project shall be thoroughly cleaned and ready for use. 19.Substantial Completion and Final Inspection When project, or designated portion of project is complete, request a final inspection. Upon receipt of request that project is substantially complete, the Contracting Officer will proceed with the inspection within ten days of receipt of request or will advise the contractor of items that prevent the project from being designated substantially complete. 20.Scope of Work The Contactor shall supply all supervision, labor, supplies, materials, equipment, tools, any and all incidentals to complete the work described here in. 21.Work Required THIS WORK SHALL BE PERFORMED CONSECUTIVELY DURING ONE WORK DAY ONCE STARTED THIS JOB SHALL BE WORKED UNTIL COMPLETION 1.Stage equipment and appropriately sized temporary cables. 2.Disconnect cables at the generator. Provide and install approximately 450' of temporary cables from a customer supplied portable generator to the existing 800A switch gear. A.Temporary cables shall remain the property of the Department of Veterans Affairs. 3.On the day of outage, remove cables to switchboard, land temporary cables and restore power. Power shall be restored in less than one hour. 4.Disconnect all cables and remove existing ATS. 5.Mount new customer provided ATS in existing location. 6.Reconnect all conduits. (generator, normal, panel, control and metering) 7.Provide and install new THHN 350 MCM cables from the generator and land on new ATS switch emergency lugs. a.Splicing 'bugging' shall not be allowed. All wiring must be continuous run. b.Perform acceptance testing c.Test the existing 500 MCM cables from transformer to the transfer switch normal lugs. (See testing procedures detail 20.c). 8.Provide and Install new THHN 500 MCM cables from the switchboard and land on the transfer switch load lugs. a.Splicing 'bugging' shall not be allowed. All wiring must be continuous run. b.Perform acceptance testing. 9.Provide and install new control cables to generator start contacts in the new transfer switch. 10.Reconnect all metering CT's and metering wires for the Square D power logic system. 11.Shut down power, remove temporary cables and land permanent cables onto the switchboard. Energize switchboard through the new ATS. Power to be restored in less than one hour. 12.Perform functional testing of the new ATS. a.Visually inspect ATS for damage or loose parts, b.Visually inspect to ensure covers are installed and secured correctly, c.Manually transfer switch with no voltage, d.Verify limit switches are working, e.Power up switch, f.Check voltages on normal and emergency circuit, g.calibrate voltage sensing equipment, h.Check phase rotation, i.Record settings and timers, j.Ensure generator is in auto position and breaker is closed, k.Perform a power outage test on the transfer switch, l.Time each phase of the switch functions and record, m.Verify the times are the same as the settings, 20.c Testing Procedures a.All tests shall be witnessed by the COR b.Tests shall be performed in accordance with applicable codes, standards, and equipment manufacturers' instructions. c.Test instruments shall be calibrated to national standards to insure the accuracy of tests. These calibration reports shall be made part of the final report. Depending upon frequency of use, the instruments shall be calibrated at least every 12 months. d. A continuity check and a 1,000 volt DC megger test shall be performed on 600 volt power cables No. 4 AWG and larger. The megger test shall be performed between each pair of conductors and from each conductor to ground. Each test shall be performed for 15 seconds or until the insulation resistance value stabilizes. The insulation resistance between conductors, and from each conductor to ground, shall be 100 megohms minimum in one minute or less. In addition, the lowest insulation resistance value shall not differ from the highest value by more than 20 percent. If all megger readings for a given circuit are above 1000-meghoms, the 20 percent balance requirement may be waived. 21.Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI) VA shall allow contractor access to the sight to perform work. 800A Caterpillar Automatic Transfer Switch, CTG Series with MX150 Exerciser; 800A, 60Hz, 4 Poles, 120V/208V, NEMA 1 Enclosure, and Open Transition Type Portable Generator and fuel to operate portable generator shall be the responsibility of the Department of Veterans Affairs. 22.SECURITY REQUIREMENTS: Contractor personnel are required to conform to VHA's security and privacy requirements as described below. Contractor personnel must have in their possession for inspection by VA Police Department a valid state or government issued identification such as drivers' license or passport. Personnel may be required to surrender their ID to the VA Police to obtain a temporary day pass at the discretion of VA Police. ID will be returned upon leaving US Government property. The C&A requirements do not apply and that the Security Accreditation Package is not required. 23.Safety Codes / Certification / Licensing NFPA, OSHA, NETA, ANSI, VHA Directive 24.USE OF PREMISES AND REMOVAL OF DEBRIS: The contractor expressly undertakes, either directly or through its subcontractor(s): a)To perform this contract in such a manner as not to interrupt or interfere with the operation of any existing activity on the premises or at the location of the work. b)To store its apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of its work or the work of the Medical Center or any other contractor. c) To clean up frequently, all refuse, rubbish, scrap materials and debris caused by its operation, to the extent that at all times the site of the work shall present a neat, orderly and workmanlike appearance Notice to Potential Offerors: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This announcement 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. All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM) located on the web at www.sam.gov. It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to this announcement must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at https://www.vip.vetbiz.gov/. All interested Offerors should submit information by e-mail (preferred) to John.Redmond2@va.gov or by mail Dept. of Veterans Affairs, Northport VA Medical Center, Network Contracting Office, (632/NCO), Bldg. 10 Room 216E Northport, NY 11768 Please include the RFQ (RFI) number, title of the project (Electrical Services for Castle Point), and company name. All responses are to be received NO LATER THAN Friday, April 6, 2015, 9AM EST. Please refrain from telephonic communication.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24315N0586/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-15-N-0586 VA243-15-N-0586.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1958727&FileName=VA243-15-N-0586-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1958727&FileName=VA243-15-N-0586-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03688029-W 20150404/150403000648-3619da986cfe71d4db568f0ade80b3dc (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.