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

J -- TEST AND CALIBRATE SWITCHGEAR ROME CBOC - Attachment

Notice Date
4/2/2015
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 02;2875 Union Road;Cheektowaga, NY 14215
 
ZIP Code
14215
 
Solicitation Number
VA52815Q0172
 
Response Due
4/10/2015
 
Archive Date
7/18/2015
 
Point of Contact
Norschenia Payne-Dobbs
 
E-Mail Address
7-1000X72417<br
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT notice only. This is not a request for formal proposals or quotes. No formal solicitation document exists at this time. This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. Purpose and Objectives: The intent of this Sources Sought Notice is to identify potential offerors and to determine the proper set-aside category for a future solicitation to provide quarterly, semi-annual and annual quality controlled testing on existing diagnostic x-ray equipment (including Radiographic, Fluoroscopic, Mammographic, CT, DR, CR readers) to meet the requirements of the New York State Department of Health (NYSDOH), Mammographic Quality Standards Act (MQSA) and American College of Radiology-Mammography Accreditation Program (ACR-MAP). Requirements also include acceptance testing of new devices and retesting of repaired or adjusted equipment. The highest priority set-aside category with at least 3 responses (2 in the event of SDVOSB or VOSB) will be used in any forthcoming solicitation for this project. In order to be considered eligible for award, the contractor must provide a list of key personnel, displaying each individual's education, as well as all applicable certifications and licensures. Interested parties must furnish supporting evidence in sufficient detail to demonstrate the ability to provide the requirements shown above including past performance experience on similar medical equipment. All repair technicians must be fully qualified and OEM certified to work on medical equipment. OEM certification or training records may be requested. Place of Performance: Department of Veterans Affairs Syracuse VA Medical Center 800 Irving Avenue Syracuse, NY 13210-2716. Response: Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. Responses should include the following information: Business name, address, DUNS number, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. All offerors must be registered in the System for Award Management (www.sam.com), and Representations and Certifications must be completed prior to any future offer. Any offeror capable of providing this service shall notify the Contracting Officer by email within 7 calendar days from the date of the publication of this synopsis and no later than April 10, 2015. The NAICS Code is 54138010, Testing Laboratories, with a size standard of $10 million and the estimated value is between $25,000 and $150,000. All information is to be submitted via e-mail at Norschenia.Payne-Dobbs@va.gov. QUESTIONS WILL NOT BE ENTERTAINED AS THIS IS SOURCES SOUGHT NOTICE ONLY Determination by the Government not to compete this proposed contract action based on responses to this notice is solely within of the discretion Government No solicitation document is available at this time; this notice is to acquire information only. Vendors interested in providing an offer will have to respond to a solicitation announcement that shall be published separately. The proposed scope of work includes but is not limited to the following: Introduction: A.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 at the Rome Community Based Outpatient Clinic located at 125 Brookley Rd. Rome, NY 13441. These work items are referenced as "Maintenance and Testing" in this document, hereafter. B.This SOW describes the requirements for the Qualified Electrical Contract Professionals - known as "Contractors" in this document, hereafter. Contractors who are contracted by VA 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 SOW. C.This SOW describes the requirements to establish maintenance and testing reports. 2.Qualifications of Contractors: A.Contractors shall be experienced Electrical Contractors, having properly trained and licensed permanent staff required to perform the proposed work. Electrical Contracting (i.e. the construction, repair, testing and maintenance of industrial and commercial electrical distribution systems) shall be the primary interest/specialty of the Contractor's business. B.Contractors shall be certified by the InterNational Electrical Testing Association (NETA) or an equivalent certifying organization as Certified Technicians. Every contractor worker on site must complete the Occupational Safety & Health Administration (OSHA) approved 10-hour construction safety training. Proof of OSHA 10 hr training will be required as part of the submittal process. C.Contractors shall 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 shall 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. D.Contractors shall have safety trainings - 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 shall be provided indicating each technician is a Qualified Person as defined by NFPA 70E. Training certifications shall be submitted to the COR prior to work. If no training certifications are available, the contractor's employer shall certify that he/she has met this requirement in writing, and submit it to the COR for approval prior to work. E.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 110-2013, 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)VHA Directive 1028, Electrical Power Distribution System (attached at end of this document) E.Contractors shall have and provide 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. Prior to initiating work, Contractor shall provide documentation that all instruments, test equipment, tools and PPE have current calibration. Dated calibration labels shall be visible on all instruments, test equipment, tools and PPE as appropriate. If contractor requires a source of power for any test equipment, details of power requirements must be submitted at least 30 days prior to start of work. 3.Summary of Work: A.The Contractor shall provide a proposed schedule with their bid proposal. The schedule shall be in the form of a progress chart of suitable scale to indicate the work scheduled for completion by any given date during the work period. The proposed schedule shall be reviewed by the COR; any requirements for adjusting the schedule shall be incorporated by the Contractor. B.Contractors shall report deficiencies that are deemed critical or catastrophic immediately to the Contracting Officer and COR for immediate actions. C.Work items, definitions, and references shall comply with the latest edition of the NETA - Maintenance Testing Specifications (MTS) and with the VHA Directive, Electrical Power Distribution System. Below is a list of electrical equipment that shall be maintained and tested: 1.Switchboard Assemblies. a. Cutler- Hammer PRL-C Swbd Designation "Norm Swbd Sec 1" b. Cutler- Hammer PRL-C Swbd Designation "Norm Swbd Sec 2" c. Kohler Paralleling Switchgear Designation "Emergency Switchboard". Paralleling switchgear shall be maintained and tested per NFPA 110 2013 8.3.6 2.Transformers, Dry Type, Low-voltage (less than 500Kva). Transformers must be cleaned exteriorly and inspected for overheating with infrared detection equipment. Qty 16 3.Metal-Enclosed Busways. a. (1)-15' run of feeder Cutler-Hammer Power Way 2000A 4.Circuit Breakers, Molded-Case. (the following circuit breakers only require to have the trip unit tested via secondary injection. Primary injection testing not required on this project.) Contractor to insure all breakers include proper settings per protective coordination study provided by VA. a. (1) 2000A main Cutler-Hammer RD breaker w/ Digitrip RMS 310 LSIG, b. (1) Sq D Powerpact M Frame generator breaker c. (9) Sq D Powerpact P Frame breakers inside Kohler paralleling Switchgear w/ Micrologic 5.0 LSI trip units 5.Emergency Systems, Engine Generator. Perform annual maintenance on facility generator per manufacturer recommendations. Maintenance actions on generator shall include all annual items listed in Annex A NFPA 110 2013 pages 27-29 Level 1. Prior to performing work submit a work plan outlining maintenance to be performed and expected duration. If maintenance is expected to take more than one day, contractor must either schedule work over a weekend or provide a temporary backup generator for the facility. (minimum size 200 kW) a. (1) Generator Model Kohler 450kW Model 500RE0ZVB, Ser # 2261181, Spec GM365226-GA5 6.Emergency Systems, Automatic Transfer Switches. Perform an annual major maintenance program as recommended by the manufacturer and by NFPA 110 2013. Prior to performing work submit a work plan outlining the maintenance to be performed and expected duration. At a minimum contractor shall include all actions per NFPA 110 2013 section 8.3.5 and as outlined in annex note NFPA 110 2013 A8.3.5 or as described in NETA MTS 2007. Items listed in annex note A8.3.5 requiring live power testing will not be required as switches will be completely isolated from both normal and emergency sources during maintenance. a. (4) Kohler Power Systems Bypass isolation transfer switches 3-400A, 1-600A 7.Direct-Current Systems, Batteries Lead Acid a. Stand by batteries for emergency switchgear D.Attachments. Government Furnished. 1.One-line and other informational drawings of the Electrical Power Distribution System. These drawings are not certified as-built drawings. 2.Electrical Power System study information relevant to the scope of this effort, such as coordination study data, short-circuit analysis, arc-flash hazard analysis and available protective device setting information. E.Infra-Red Scanning/Thermographic Survey shall be performed on electrical equipment listed in section C above and as noted in E.1. : 1.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 shall be replaced with new connectors, and/or tightened with torque wrench to meet the equipment manufacturers' specifications. Besides the equipment listed in section C, all panel boards located in rooms 131 and 134 shall be scanned as well as the distribution equipment located in service garage. 2.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. Contractor shall advise the facility in advance where and if panel covers need to be removed. Transfer switches, emergency paralleling switchgear and emergency generator breaker must be scanned during a regularly scheduled monthly generator test. Generator tests are conducted at 5PM on the second Tuesday of each month. F.System Function Tests (Breaker exercising). All molded case circuit breakers (approximately qty 65) in panels Norm Swbd Sec 2, ECR1, ELS1, EEQ1, EEQ2, EPDP, NL01, and SL02 located in rooms 131, 134 and 134A shall be tested to determine if contacts open and reclose when breaker is manually tripped and restored. G.Test Conditions. 1. All testing and maintenance shall occur after 5PM M-F with the exception of infrared scanning of normal equipment can occur during regular clinic hours 7:30AM-4:30PM M-F. 2.Transfer switch and paralleling gear infra-red scanning must occur during a regularly scheduled generator test- see E.2 above. 3.4 Hr test (see H below) can occur either after 5PM on weekdays or on a weekend. H.4-Hour Power Outage Test The Contractor shall be present for and will participate in the 4-hour test of the Essential Electrical System (EES). This test shall fulfill the requirements of VHA Directive, Electrical Power Distribution System, NFPA 110 (e.g. Para. 8.4.9.) and The Joint Commission. This test will include opening of all utility service connections serving the facility for a minimum of 4-hours. During the test period, verify operation of all EES components including the transfer to emergency power and return to normal service. The contractor will document this test, record any deficiencies, note fuel consumption used during test and include in the final project report. Any contractor work on main switchboard requiring a utility outage must be accomplished during this scheduled test. See I.2, I.3, C.1.a, C.1.b and C.4. Utility shutdown must be coordinated through Griffiss Utilities ph 315-838-4872 (contact-Mike Davis) and scheduled at least 4 weeks in advance. I.Additional Tasks 1. Contractor shall provide and connect a portable load bank and conduct a load bank test of generator. The load bank test shall be conducted per NFPA 110 2013 8.4.2.3 which requires a 90 minute test of which 30 minutes is at 225Kw minimum and 60 minutes at 337.5 Kw minimum. Load readings shall be recorded at 10 minute intervals, and a signed test report on testing company letterhead must be submitted to COR at the conclusion of test. 2. Contractor shall provide and install a motor operator and bell alarm accessories on the 2000A main circuit breaker Cutler- Hammer type RD installed in PRL-C Switchboard -General Order # SAY0191120 located in room 134. Motor operator must be a UL recognized component for installation on Cutler- Hammer RD breakers. The activation of the motor operator shall be via a contractor supplied control station mounted in room 131. Exact location to be determined by COR. Contractor shall supply and wire a trip indicating 30mm push to test pilot light (Red) on the cover of the switchboard. Contractor shall test motor operator and train owner on operation during the time in which utility power is disconnected. See H above. 3. Contractor shall provide and install a loss of phase relay, and shunt trip accessory to the main 2000A Cutler- Hammer type RD circuit breaker located in room 134. Upon a loss of any phase on incoming line, relay shall trip the main circuit breaker. Shunt trip must be a UL recognized component suitable for use in Cutler-Hammer type RD breakers. Upon a loss of phase, a remote red pilot light station supplied, installed and wired in room 127 by contractor shall illuminate. Exact location of station to be determined by COR. 4. Contractor shall supply code compliant arc flash stickers, an updated arc flash study and updated electronic SKM files based on red lined changes to the power system study one line attached. The VA has a hard copy only of this study and can be supplied by request. Study was created by Eaton on general order # SAY0191120, Report Number TQSIBU10110.1 dated April 2011. New arc flash labels will be required for panels NP22, NP-01B, NP-01B1, SP03-B, SP03-1, EP-01A, SL21, SP21, EP22, EP27, NL21, NP21. Any field investigations and verifications will be the VA responsibility. The VA will also be responsible for installation of new labels. 4.Summary of Work: A.A complete written report of the work performed shall be provided to the VA within 14 days of completion. Information shown in the report shall be as following: 1)Company's name, addresses, telephone, & FAX numbers. 2)Name and signature of contractors who perform the maintenance and testing. 3)VA Work Contract Number, name and number of VA Contracting Officer. 4)Date and Time of work. 5)Copies of contractors' valid licenses, professional and training certificates. 6)Descriptions and model number of specialized tools and equipment used, such as torque wrench or infra-red scanning camera. 7)Location, Type, Name, and nameplate information of electrical equipment to be maintained and tested. 8)Descriptions of work items. 9)Test data. 10)Reference materials such as equipment manufacturer's specifications, coordination study, etc. 11)Remarks on conditions of electrical equipment. List all deficiencies, if any. 12)Recommended corrective actions, if any. B.Submit four (2) hard copies of the complete written report, and two (2) CD-ROM or DVD of the electronic version of the report in Microsoft Word or PDF format to the COR within fourteen (14) calendar days of test completion. All reference materials shall be included in the electronic version of the report, either through scanning or other means of electronic text import methods. Submit (1) electronic copy of new arc flash study which includes both the narrative and all SKM files to the COR. (END OF PAGE)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/VA52815Q0172/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-15-Q-0172 VA528-15-Q-0172.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1959995&FileName=VA528-15-Q-0172-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1959995&FileName=VA528-15-Q-0172-000.docx

 
File Name: VA528-15-Q-0172 VHA DIRECTIVE 1028 - Electrical Power Distribution Systems.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1959996&FileName=VA528-15-Q-0172-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1959996&FileName=VA528-15-Q-0172-001.pdf

 
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: Department of Veterans Affairs;Syracuse VA Medical Center;800 Irving Avenue;Syracuse, NY
Zip Code: 13210
 
Record
SN03687138-W 20150404/150402235829-f28c8c04374ce39025ca695f0f598d64 (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.