Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2015 FBO #4977
DOCUMENT

Z -- JCAHO Testing A00002 - Attachment

Notice Date
7/8/2015
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;960 Broadway Ave, Suite 460;Boise ID 83706
 
ZIP Code
83706
 
Solicitation Number
VA26015Q0769
 
Response Due
7/22/2015
 
Archive Date
8/21/2015
 
Point of Contact
Kelleen L Minor
 
E-Mail Address
9-2028<br
 
Small Business Set-Aside
Total Small Business
 
Description
CONTINUATION PAGE 1.The solicitation close date is changed as follows: FROM: July 8, 2015 4:00 p.m. MST TO:July 22, 2015 4:00 p.m. MST 2.The Line Items have changed as follows: B.2 PRICE/COST SCHEDULE Period of Performance: 08/10/2015 - 01/31/2016 CLINDESCRIPTIONQTYUNITUNIT PRICETOTAL COST 0001Equipment: Sub 100 4160 MV Switchgear (13) DHP-250 5kV Air Circuit Breakers (44) Electrical Mechanical Relays (Westinghouse) (11) Meters (9 - Square D pro Logic PM800, 2 - Square D CM3000 Power Logic Systems Circuit Monitor) All testing shall be done in accordance with Statement of Work1Lot$$ 0002Equipment: Sub A (14) DS Circuit Breakers (Westinghouse 9 - DS-206, 3 - DS-416, 2 - DS-632) Include LiON Battery replacement. (7) Power Meters (Square D Power Pro Logic PM800) (2) MV Air Switches (Westinghouse 7274QA62G46) (2) Liquid Filled Transformers (GE serial# L-243318A and L-243318B) All testing shall be done in accordance with Statement of Work1Lot$$ 0003Equipment: Sub A Essential Power (8) DS Circuit Breakers (Westinghouse 7 - DS-416, 1 - DS-632) Replace all existing trip units with AC-PRO Trip unit (AC Trip unit w/ QUICK-TRIP system) All testing shall be done in accordance with Statement of Work1Lot$$ 0004Equipment: Sub B (16) DS Circuit Breakers (Westinghouse 11 - DS-206, 3 - DS-416, 2 DS-632) Include LiON Battery replacement. (9) Power Meters (Square D Power Series 2000 Logic Circuit Monitor) (2) MV Air Switches (Westinghouse 7274A62G46) (2) Liquid Filled Transformers (GE Serial #'s PCT4753-0103 and PCT4753-0203) All testing shall be done in accordance with Statement of Work1Lot$$ 0005Equipment: Sub B Essential Power (6) DS Circuit Breakers (Westinghouse 5 - DS-206, 1 - DS-416) Replace all existing trip units with AC-PRO Trip unit (AC Trip unit w/ QUICK-TRIP system) All testing shall be done in accordance with Statement of Work1Lot$$ 0006Equipment: Sub C (13) DS Circuit Breakers (Westinghouse 8 - DS206, 3 - DS-416, 2 DS-632) Include LiON Battery replacement. (6) Power Meters (Square D Power Pre Logic PM800) (2) MV Air Switches (Westinghouse 7274A62G46) (2) Liquid Filled Transformers (GE Serial #'s PCT-4753-0202 and PCT-4753-4201) All testing shall be done in accordance with Statement of Work1Lot$$ 0007Equipment: Sub C Essential Power (7) DS Circuit Breakers (Westinghouse 6 - DS-416, 1 - DS-632) Replace all existing trip units with AC-PRO Trip unit (AC Trip unit w/ QUICK-TRIP system) All testing shall be done in accordance with Statement of Work1Lot$$ 0008Equipment: Generator Breakers (5) DS-206, Westinghouse All testing shall be done in accordance with Statement of Work1Lot$$ Grand Total$ 3.The Statement of Work is superseded with the following: B.3 STATEMENT OF WORK 1. Contract Title. 3 year switchgear testing 2. Scope. The Contractor shall provide all preventative maintenance and testing required to meet 3-year JAHCO testing requirements in accordance with VHA Directive 1028 (previous directive 2006-056). VHA directive 1028 can be found at http://www1.va.gov/vhapublications/ViewPublication.asp?pub_ID=3030. This testing is for a one time only service. 3. Qualifications of Contractors 3.1. Contractor shall be certified by the InterNational Electrical Testing Association (NETA) as NETA Certified Technician, and completed the Occupational Safety & Health Administration (OSHA) approved 10-hour construction safety training. 3.2. Contractor shall have technical trainings, and track records of working experience 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. 3.3. Contractor shall have prior VA approved 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 certifications shall be submitted to the VA Contracting Officer 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 VA Contracting Officer prior to work. 3.4. Contractor shall have ready access to the latest versions of the following references: 3.4.1 NFPA 70, National Electrical Code. 3.4.2 NFPA 70B, Recommended Practice for Electrical Equipment Maintenance. 3.4.3 NFPA 70E, Standard for Electrical Safety for the Workplace. 3.4.4 NFPA 110, Standard for Emergency and Standby Power System. 3.4.5 OSHA Standard 29 CFR 1910, Subparts I & S. 3.4.6 InterNational Electrical Testing Association, Inc. (NETA) - Maintenance and Testing Specifications. 3.4.7 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. 3.5. Contractor 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. 4. Performance 4.1. The Contractor shall have access to verify conditions as they exist prior to bidding the project. 4.2. The Contractor shall provide all material, equipment, labor and technical supervision to perform specified tests and inspections. 4.3. All work performed shall be fully documented by the Contractor. Testing shall be performed in compliance with manufacturers' recommendations and current applicable NETA, NEMA, NEC, ANSI, ASTM, IEEE, OSHA, and VA codes & standards. 4.4. Test Report: 4.4.1. The test report shall include the following: 4.4.2. Company's Name, address, telephone and fax number. 4.4.3. Name and signature of contractor who performed the maintenance and testing. 4.4.4. VA work contract number, name and number of VA contracting Officer. 4.4.5. Date and time of work. 4.4.6. Summary of project. 4.4.6.1. Descriptions and model number of specialized tools and equipment used, such as torque wrench or infra-red scanning camera. 4.4.6.2. Description of work items. 4.4.6.3. Test results. 4.4.6.4. Reference materials such as equipment manufacturer's specifications, coordination study, etc. 4.4.6.5. Remarks on conditions of electrical equipment. List all deficiencies, if any. 4.4.6.6. Recommended corrective actions, if any. 4.5. Upon completion of the tests and inspections noted in these specifications, a printed and permanently affixed label shall be attached to all serviced devices. The labels will indicate date serviced and the Testing Contractor responsible. 4.6. The tests and inspections shall determine suitability for continued reliable operation. 4.7. All outages shall be scheduled and approved in writing by VA at least two weeks in advance. Outages will be scheduled only on weekends beginning at 1800 on Friday and ending at 0400 Monday. 4.8 Shutdowns of the Normal and Essential systems in the substations and main 4160 switchgear to be coordinated with the VA POC. It is understood that multiple shutdowns will be required to achieve the work with minimally impacting the mission of the VA. Test's to be completed in the order below: 1.Generator breakers (only one at a time can be racked out and serviced to maintain system readiness) 2.Essential systems in SUB's A, B and C 3.Normal power in the SUB's A, B and C. To be completes once the Essential systems are tested. 4.Main 4160, to be completed after the normal power in the Substations have been tested. VA will coordinate with Seattle City Light to remove incoming utility power, but the Contractor is responsible for assuming the costs incurred by Seattle City Light for the shutdown of the Main 4160. 4(a). Testing equipment and Laboratories All testing equipment shall be UL listed, calibrated and used in accordance with the National Electrical Code. All oil samples from transformers shall be sent to an independent laboratory with copies of tests provided to VA 5. Equipment and Location to be Tested/Serviced 5.1 Sub 100 4160 MV Switchgear (13) DHP-250 5kV Air Circuit Breakers (44) Electrical Mechanical Relays (Westinghouse) (11) Meters (9 - Square D pro Logic PM800, 2 - Square D CM3000 Power Logic Systems Circuit Monitor) 5.2 Sub A (14) DS Circuit Breakers (Westinghouse 9 - DS-206, 3 - DS-416, 2 - DS-632) Include LiON Battery replacement. (7) Power Meters (Square D Power Pro Logic PM800) (2) MV Air Switches (Westinghouse 7274QA62G46) (2) Liquid Filled Transformers (GE serial# L-243318A and L-243318B) 5.3 Sub A Essential Power (8) DS Circuit Breakers (Westinghouse 7 - DS-416, 1 - DS-632) Replace all existing trip units with AC-PRO Trip unit (AC Trip unit w/ QUICK-TRIP system) 5.4 Sub B (16) DS Circuit Breakers (Westinghouse 11 - DS-206, 3 - DS-416, 2 DS-632) Include LiON Battery replacement. (9) Power Meters (Square D Power Series 2000 Logic Circuit Monitor) (2) MV Air Switches (Westinghouse 7274A62G46) (2) Liquid Filled Transformers (GE Serial #'s PCT4753-0103 and PCT4753-0203) 5.5 Sub B Essential Power (6) DS Circuit Breakers (Westinghouse 5 - DS-206, 1 - DS-416) Replace all existing trip units with AC-PRO Trip unit (AC Trip unit w/ QUICK-TRIP system) 5.6 Sub C (13) DS Circuit Breakers (Westinghouse 8 - DS206, 3 - DS-416, 2 DS-632) Include LiON Battery replacement. (6) Power Meters (Square D Power Pre Logic PM800) (2) MV Air Switches (Westinghouse 7274A62G46) (2) Liquid Filled Transformers (GE Serial #'s PCT-4753-0202 and PCT-4753-4201) 5.7 Sub C Essential Power (7) DS Circuit Breakers (Westinghouse 6 - DS-416, 1 - DS-632) Replace all existing trip units with AC-PRO Trip unit (AC Trip unit w/ QUICK-TRIP system) 5.8 Generator Breakers (5) DS-206, Westinghouse 6. Submittals Two weeks prior to final inspection furnish the following certifications: four copies to the VA of certification by the manufacturer that the equipment conforms to the requirements of the specifications. Provide complete copies of all test performed showing the required data as indicated in Part 6, Execution, including technical data sheets, appraisals and recommendations. 7. Security Requirements. The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). All switching will be performed by VA maintenance staff. The VA will provide 100 amps, 480v, 3Ø AC from the Emergency Generators in the Energy Plant for test power. The Contractor shall arrange for prompt and ready access to the equipment during the outages in the presence of an external emergency. 9. Other Pertinent Information or Special Considerations. Contractor must be familiar with the (National Electrical Testing Association) NETA MTS, American National Standards Institute/Institute of Electrical and Electronics Engineers Standards Association (ANSI/IEEE) D3613, American Society for Testing and Materials (ASTM) D3612 and all other applicable standards and methods of testing. a. Identification of Possible Follow-on Work. If the contractor identifies any deficiencies or safety concerns not covered under the SOW, they are to report it immediately to the POC. Contractor is not to perform any work above and beyond the scope of work without expressed written consent from the Contracting Officer. b. Inspection and Acceptance Criteria. POC shall review all procedures and test results prior to final acceptance. 10. Place of Performance. Work will be performed at the Seattle VAMC building 100 in Main Control, Sub-A, Sub-B and Sub-C. 11. Period of Performance. Upon award of the contract, the contractor needs to work closely with the POC to plan and schedule the shut downs with minimal disruption of the daily operations of the Hospital. All work including providing testing reports and any close out documents shall be completed by 01/30/2016 12. Delivery Schedule. Contractor is to provide all testing results including any recommendations in PDF format and 3 hard bound copies within 30 days of completing all work. Including all tests performed showing the required data as indicated in Part 3, Execution, including technical data sheets, appraisals and recommendations End of Statement of Work 4.Evaluation Approach has changed as follows: E.4.2. Evaluation Approach 1. Technical Capacity - 1. Personnel Experience - Demonstrated experience in performing activities specific to completing all work as specified in Statement of Work, Section 4 - Performance. Performance on requirements similar in size and scope are acceptable, but must be detailed in response. Provide copy of all certifications/experience as stated in Statement of Work Section 3 - Qualification of Contractors. 2. Testing Reports - Offeror shall submit a sample of their Testing Results Report. The Report shall not exceed two (2) pages (Dimension 8 ½ x 11 inches) and shall include data as required in Statement of Work Section 4.4. 2. Past Performance - List of contracts performed (minimum of 3 - maximum of 5) over the past 3 years with similar type, scope, size and complexity ongoing or completed with points of contact for reference. Format for proposal Parts 1 and 2 shall be as follows (electronic submissions are preferred): (a) The proposals shall be 8 1/2" x 11" paper except for fold-outs used for charts, tables, or diagrams, which may not exceed 11" x 17". (b) A page is defined as one face of a sheet of paper containing information. (c) Typing shall not be less than 11 font. (d) Elaborate formats, bindings or color presentations are not desired or required. (e) Page limit for technical capacity shall be 10 pages. 5.Contract Period of Performance is changed as follows: FROM: 08/01/2015 - 09/30/2015 TO: 08/10/2015 - 01/31/2016 All other terms and conditions remain unchanged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/VA26015Q0769/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-15-Q-0769 A00002 VA260-15-Q-0769 A00002_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2155143&FileName=VA260-15-Q-0769-A00002000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2155143&FileName=VA260-15-Q-0769-A00002000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03788985-W 20150710/150708234852-5a3457c69b47492e5e0cb56c6a7c9c79 (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.