SOLICITATION NOTICE
J -- Electrical Power Distribution System PM
- Notice Date
- 1/22/2020 3:47:57 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0315
- Response Due
- 2/6/2020 8:59:59 PM
- Archive Date
- 02/21/2020
- Point of Contact
- Peter Kimpeter.kim33@va.govJames BowenJames.Bowen5@va.gov
- E-Mail Address
-
peter.kim33@va.gov
(peter.kim33@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- 1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: Electrical Power Distribution System PM 1.B. Description: Perform scheduled preventive maintenance on the Electrical Power Distribution System located at VA San Diego Healthcare System. 1.C. Project Location: 3350 La Jolla Village Drive, San Diego 92161 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0315. 1.E. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.F. Applicable NAICS code: 238210, Electrical Contractors and Other Wiring Installation Contractors 1.G. Small Business Size Standard: $16.5 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: Saturday Feb 22, 2019 from 2200 to 0430 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5636, revision 12 2. Scope of Work. VA San Diego Healthcare System is seeking a contractor to perform scheduled preventive maintenance on the Electrical Power Distribution System 2.A. Summary of Work. 2.A.1. Schedule: All work must be performed on Saturday February 22,2020 from 2200 to 0430 2.B. Specific Tasks 2.B.1. Contractor must provide all tools, equipment, PPE, personnel, training and required certifications to perform preventive maintenance on the Power Distribution System in conjunction with a scheduled power outage at the medical center. 2.B.2. Contractors must report deficiencies that are deemed critical or catastrophic immediately to the Contracting Officer and Chief of Engineering Service for immediate actions. 2.B.3. Work items, definitions, and references must comply with the latest edition of the NETA Maintenance Testing Specifications (MTS) and with the VHA Directive 1028, Electrical Power Distribution System. Below is a list of electrical equipment that must be inspected, tested, and maintained: 2.B.4. Equipment to be inspected and tested: 2.B.4.A. Bldg. 2 Substations F, J, H and G � Six (6) Medium Voltage Switches � Four (4) 12000/480-277 D/Y, 1500 kVA, OA � Four (4) Eaton 480V, FP AR 2000, LSIG Circuit Breakers 2.B.4.B. Bldg. 2, Ground Level Room 102 � One (1) Medium Voltage Switch � Five (5) 15 kV VCP W Circuit breakers � Fifteen (15) Protective Relays 50/51 � Two (2) Protective Relays SEL 351 � Nine (9) sections consisting of bus, insulators, current transformer s, potential transformer s controls and wiring � One (1) 15 kV incoming substation switchgear 2.B.4.C. Bldg. 2 Cogen Area, Generator Substation � Three (3) Medium Voltage Siemens circuit breakers � Two (2) potential transformer cabinet � Four (4) sections consisting of bus, insulators, current transformer s, potential transformer s controls and wiring � One (1) SEL 300G � One (1) switchgear � Two (2) Protective Relays SEL 735 2.B.4.D. Bldg. 11 Substation K, Room BA112 � Two (2) Medium Voltage Switches, Square D � One (1) 12000/480-277, 750 kVA, OA Transformer � One (1) LV Switchboard with 12 molded breakers � One (1) Square D 1200 AMP insulated case breaker with micro versa trip 2.B.4.E. Bldg. 27 � One (1) Pad mount transformer 12kV/480V � One (1) 1200 AMP Main Breaker, molded case � Two (2) sections of bus, insulators, current transformer s, potential transformer s controls and control wiring � One (1) LV switchboard 2.B.4.F. Bldg. 28 Parking Garage � One (1) Pad mounted transformer 12 kV-480V � One (1) LV switchboard � One (1) 400 AMP main breaker, molded case � One (1) Automatic transfer Switch 2.B.5. Infra-Red Scanning/Thermographic Survey must be performed after the scheduled outage on all electrical equipment listed in this document. 2.B.5.A. Contractor shall use an infra-red scanning camera to detect hot spots in the Electrical Power Distribution System. Objective of this work is to detect any loose, broken, or corroded connections in the system. Problem connections must be replaced with new connectors, and/or tightened with torque wrench to meet the equipment manufacturers specifications. 2.B.5.B. Note that since 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. 2.B.6. System Function Tests: Provide function test for all equipment listed in this Scope of Work. 2.B.7. The Contractor must assist the VAMC staff with troubleshooting and correcting malfunctioning electrical equipment discovered during the test. Contractor must make any required adjustments and/or re-calibrations to all equipment which has been otherwise maintained, inspected, and tested under this Scope of Work. 2.B.8. Documentation: 2.B.8.A. A complete comprehensive engineering report of the work performed must be provided in writing to the VA within 7 calendar days after completion of work. Information shown in the report must be as following: � Company s name, addresses, telephone, & FAX numbers. � Name and signature of contractors who perform the maintenance and testing. � VA Work Contract Number, name and number of VA Contracting Officer. � Date and Time of work. � Copies of contractors valid licenses, professional and training certificates. � Descriptions and model number of specialized tools and equipment used, such as torque wrench or infra-red scanning camera. � Location, Type, Name, and nameplate information of electrical equipment to be maintained and tested. � Descriptions of work items. � Test data. � Infra-red Images (in color) of all inspected equipment and infrastructure. � Reference materials such as equipment manufacturer s specifications, coordination study, etc. � Remarks on conditions of electrical equipment. List all deficiencies, if any. � Recommended corrective actions, if any. 2.B.8.B. Reports shall be loose leaf, three-hole punched, in an appropriately sized binder to include all data and Images. 2.B.8.C. Submit four (4) hard copies of the complete written report, and one (1) CD-ROM or DVD 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 must be included in the electronic version of the report, either through scanning or other means of electronic text import methods. 2.C. Contractor Qualifications. 2.C.1. Contractors must be experienced Electrical Contractors, having properly trained and licensed permanent staff required to perform the proposed work. 2.C.2. Contractors must be certified by the Inter National Electrical Testing Association (NETA) or equivalent certifying organization as Certified Technicians with each having completed the Occupational Safety & Health Administration (OSHA) approved 10-hour construction safety training. 2.C.3. Contractors must have technical training and demonstrable track records of working experience in maintenance, inspection, and testing of the Electrical Power Distribution Systems and related components in healthcare, industrial, educational, and commercial facilities for a minimum of five (5) continuous years. Electrical components on which the Contractors have experience must include, but not be limited to, switchboards & switchgear (low and medium voltage); low voltage controls; emergency and standby generators; automatic transfer switches, wiring, transformers, meters, and other electrical appurtenances. 2.C.4. Contractors must have safety training either on-the-job or class-room type - in electrical safety outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S Electrical, and the NFPA 70E Standard for Electrical Safety in the Workplace. Training certification must be provided indicating each technician is a Qualified Person as defined by NFPA 70E. Training certifications must be submitted to the VA Contracting Officer prior to work. If no training certifications are available, the contractor Employer must certify that he/she has met this requirement in writing and submit it to the VA Contracting Officer prior to work. 2.C.5. Contractors must adhere to all applicable state/federal codes and all VA guidance. 2.C.6. Contractor must have ready access to the latest versions of the following references: � NFPA 70, National Electrical Code. � NFPA 70B, Recommended Practice for Electrical Equipment Maintenance. � NFPA 70E, Standard for Electrical Safety for the Workplace. � NFPA 110, Standard for Emergency and Standby Power System. � OSHA Standard 29 CFR 1910, Subparts I & S. � IEEE 242-2001: IEEE Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems � Inter National Electrical Testing Association, Inc. (NETA) Maintenance and Testing Specifications. � 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. � VHA Directive 1028, Electrical Power Distribution System 2.C.7. Contractors must have and provide all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Tools, equipment, and PPE must comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E. Prior to initiating work, Contractor must provide documentation that all instruments, test equipment, tools and PPE have current calibration. Dated calibration labels must be visible on all instruments, test equipment, tools and PPE as appropriate. 2.D. Government will provide one-line and other informational drawings of the Electrical Power Distribution System. These drawings are not certified as-built drawings. 2.E. Changes. The awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 2.F. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.G. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.H. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There will no longer be designated smoking areas. 2.I. Insurance Coverage. 2.I.1. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.I.2. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.I.3. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.I.4. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-02, dated 12/23/2019. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.F. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.G. FAR 52.233-2, Service of Protest 3.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.I. VAAR 852.233-71, Alternative Protest Procedure 4. Key solicitation milestones are: 4.A. A site survey will be conducted at 10am on Tuesday, January 28, 2020. Participants will meet at room BB108. Please email peter.kim33@va.gov to indicate that you are participating in the site survey. 4.B. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 10am Friday, January 31, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted to contract opportunities at https://beta.sam.gov/. 4.C. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 10am Thursday February 6, 2020 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet: 4.C.1. Vendor Information 4.C.2. Acknowledgement of amendments 4.C.3. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 4.C.4. Schedule of services 4.C.5. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0a86106db98e4282aa280d8997d001ed/view)
- Place of Performance
- Address: VA San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA 92161, USA
- Zip Code: 92161
- Country: USA
- Zip Code: 92161
- Record
- SN05540329-F 20200124/200122230149 (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 |