DOCUMENT
49 -- Service - Electrical Preventative Maintenance - Attachment
- Notice Date
- 4/11/2017
- Notice Type
- Attachment
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26217Q0710
- Response Due
- 4/14/2017
- Archive Date
- 5/14/2017
- Point of Contact
- Corey R. Kline
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation for commercial service Triennial Transformer Preventative Maintenance for the VA Sepulveda Ambulatory Care Center prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is VA262-17-Q-0710 and is issued as an (RFQ) Request For Quotation, unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 561990 with a small business size standard of 11 million. This requirement is solicited as TOTAL SDVOSB/VOSB SMALL BUSINESS SET- ASIDE and only qualified vendors may submit quotes. The VHA NCO 22 Sepulveda Ambulatory Care Center requires the following items: CLIN ITEM UNIT QUANTITY 0001 Sepulveda Triennial Transformer PM JOB 1 STATEMENT OF WORK (SOW) 1. OBJECTIVE The objective is to test the transformers and other components of the Sepulveda VA electrical system to ensure proper function and prolong service life of equipment. Contractors shall possess and prove to at least 10 years with medium voltage testing, adjusting, and maintaining of transformers and switch gear. Contractor shall follow the SOW below and adhere to all VA directives and policies regarding electrical testing and maintenance. VHA DIRECTIVE 1028-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, 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 2. BACKGROUND The Sepulveda Ambulatory Care Center has 53 Transformers, 13 Main Circuit Breakers, and 32 Medium Voltage Disconnects located throughout the facility. These components are the most costly and essential equipment for electrical distribution on our site. In order to obtain high performance and long functional life of the equipment, it is imperative to perform various maintenance actions including measurement and testing of different parameters of these components. 3. SCOPE The contractor shall inspect and preform preventative maintenance on all transformers and switches listed at the bottom of this section of the SOW to all required inspection and maintenance indicated in this Statement of Work and VHA directives. Work shall be performed within the VA Sepulveda facility at 16111 Plummer St. The contractor shall exercise extreme care when working around live electrical equipment. The contractor shall adhere to all VA standards and directives. The contractor shall completely shut down equipment prior to testing and preventative maintenance. All shut downs that will affect building operations shall be done on off hours and coordinated with the VA facility manager. The contractor shall visually and mechanically inspect and electrically test 53 listed transformers throughout facility. The contractor shall visually and mechanically inspect and electrically test 13 listed main circuit breakers throughout the facility. The contractor shall visually and mechanically inspect and electrically test 32 listed medium voltage disconnects throughout the facility. The contractor shall exercise extreme caution during testing and shall be responsible for any utilities damaged during this project. The contractor s inspection and test procedures shall adhere to the Standard for Maintenance Testing Specifications for Electrical Power Distribution Equipment and Systems set forth by the International Electrical Testing Association (NETA) and approved by the American National Standards Institute (ANSI). The contractor shall perform the following visual and mechanical inspections on the liquid filled transformers Inspect physical and mechanical condition. Inspect anchorage, alignment, and grounding. Verify the presence of PCB labeling, if applicable. Prior to cleaning the unit, perform as-found tests, if required. Clean bushings and control cabinets. Verify that cooling fans and/or pumps operate correctly. Inspect bolted electrical connections for high resistance using by verifying tightness of accessible bolted electrical connections by calibrated torque-wrench method in accordance with manufacturer s published data. Verify correct liquid level in tanks and bushings. Verify that positive pressure is maintained on gas-blanketed transformers. Perform inspections and mechanical tests as recommended by the manufacturer. Verify the presence of transformer surge arresters. Perform as-left tests. Verify de-energized tap-changer position is left as specified. The contractor shall perform the following electrical tests on the liquid filled transformers Perform insulation-resistance tests, winding-to-winding and each winding-to-ground. Apply voltage in accordance with manufacturer s published data. Perform turns-ratio tests at the designated tap position. The contractor shall perform the following visual and mechanical inspections on the dry type, air cooled, low voltage, small transformers Compare equipment nameplate data with drawings and specifications. Inspect physical and mechanical condition. Inspect anchorage, alignment, and grounding. Verify that resilient mounts are free and that any shipping brackets have been removed. Verify the unit is clean. Use of a low-resistance ohmmeter Verify tightness of accessible bolted electrical connections by calibrated torque-wrench method The contractor shall perform the following electrical tests on the dry type, air cooled, low voltage, small transformers Perform insulation-resistance tests winding-to-winding and each winding-to-ground. Perform turns-ratio tests at all tap positions Remove a sample of insulating liquid in accordance with ASTM D 923. The sample shall be tested for the following: Dielectric breakdown voltage: ASTM D 877 and/or ASTM D 1816 Acid neutralization number: ANSI/ASTM D 974 Interfacial tension: ANSI/ASTM D 971 or ANSI/ASTM D 2285 Color: ANSI/ASTM D 1500 Visual Condition: ASTM D 1524 The contractor shall perform the following visual and mechanical inspections on the Circuit Breakers, Air, Low-Voltage Power Inspect physical and mechanical condition. Inspect anchorage, alignment, and grounding. Verify that all maintenance devices are available for servicing and operating the breaker. Prior to cleaning the unit, perform as-found tests, if required. Clean the unit. Inspect arc chutes. Inspect moving and stationary contacts for condition, wear, and alignment. Verify that primary and secondary contact wipe and other dimensions vital to satisfactory operation of the breaker is correct. Perform all mechanical operator and contact alignment tests on both the breaker and its operating mechanism in accordance with manufacturer s published data. Verify cell fit and element alignment. Verify racking mechanism operation. Use appropriate lubrication on moving current-carrying parts and on moving and sliding surfaces. Perform as-left tests. Perform adjustments for final protective device settings in accordance with coordination study provided by end user. Record as-found and as-left operation counter readings, if applicable. The contractor shall perform the following electrical tests on the Circuit Breakers, Air, Low-Voltage Power Perform insulation-resistance tests for one minute on each pole, phase-to-phase and phase-to ground with the circuit breaker closed, and across each open pole. Apply voltage in accordance with manufacturer s published data. In the absence of manufacturer s published data, use Table 100.1. Perform a contact/pole-resistance test. Determine long-time pickup and delay by primary current injection. Determine short-time pickup and delay by primary current injection. Determine ground-fault pickup and delay by primary current injection. Determine instantaneous pickup current by primary current injection. Perform minimum pickup voltage test on shunt trip and close coils in accordance with Table 100.20. Verify correct operation of auxiliary features such as trip and pickup indicators, zone interlocking, electrical close and trip operation, trip-free, anti-pump function, and trip unit battery condition. Reset all trip logs and indicators. Verify operation of charging mechanism. The contractor shall perform the following visual and mechanical inspections on the Switches, Air, Medium-Voltage, Metal-Enclosed Inspect physical and mechanical condition. Inspect anchorage, alignment, grounding, and required clearances. Prior to cleaning the unit, perform as-found tests, if required. Clean the unit. Verify correct blade alignment, blade penetration, travel stops, arc interrupter operation, and mechanical operation. Verify that fuse sizes and types are in accordance with drawings, short-circuit studies, and coordination study. Verify that expulsion-limiting devices are in place on all fuses having expulsion-type elements. Verify that each fuse holder has adequate mechanical support and contact integrity. Verify operation and sequencing of interlocking systems. Verify that phase-barrier mounting is intact. Verify correct operation of all indicating and control devices. Use appropriate lubrication on moving current-carrying parts and on moving and sliding surfaces. Perform as-left tests. The contractor shall perform the following electrical tests on the Switches, Air, Medium-Voltage, Metal-Enclosed Measure contact resistance across each switchblade assembly and fuse holder. Perform insulation-resistance tests for one minute on each pole, phase-to-phase and phase-to ground with switch closed and across each open pole. Apply voltage in accordance with manufacturer s published data. In the absence of manufacturer s published data, use Table 100.1. Measure fuse resistance. Verify heater operation. Extreme care shall be taken when restoring electrical power after testing is complete. The contractor shall maintain and follow all safety regulations and traffic control. The contractor shall have a job foreman present at all times during this repair/ replacement. A complete report of all equipment shall be submitted upon completion of testing. The contractor shall remove all debris off the facility and clean area prior to completion. Upon completion of all work the contracting company will need to notify the Facility for verification of job being performed in accordance to the SOW. Transformer List: Equipment Identification Location Current Rating TRANSFORMER Solar Parking Lot X 500 KVA (Dry) TRANSFORMER Solar Parking Lot X 500 KVA (Oil)- TRANSFORMER Building 23 500 KVA (Dry) TRANSFORMER Building 23 500 KVA (Oil)- TRANSFORMER Building 63 500 KVA (Oil) - TRANSFORMER Building 23 500 KVA (Dry) TRANSFORMER Building 22 500 KVA (Dry) TRANSFORMER Building 25 225 KVA (Oil) - TRANSFORMER Solar Area 500 KVA (Oil)- TRANSFORMER Solar Area 500 KVA (Dry) TRANSFORMER Building 99 750 KVA (Oil) - TRANSFORMER Building 99 150 KVA (Dry) TRANSFORMER Building 99 45 KVA (Dry) TRANSFORMER Building 99 45 KVA (Dry) TRANSFORMER Building 99 45 KVA (Dry) TRANSFORMER Building 99 45 KVA (Dry) TRANSFORMER Building 99 500 KVA (Oil)- Equipment Identification Location Current Rating TRANSFORMER Building 99 500 KVA (Dry) TRANSFORMER Baseball Field 500 KVA (Dry) TRANSFORMER Building 44 1500 KVA (Dry) TRANSFORMER Building 47 T-47 KVA (Oil)- TRANSFORMER Big Bertha 500+ KVA (Oil)- TRANSFORMER Building 40 1000 KVA (Oil)- TRANSFORMER Building 40 2500 KVA (Oil)- TRANSFORMER Building 103 150 KVA (Oil)- TRANSFORMER Building 10 500 KVA (Dry) TRANSFORMER Sub- USA 500 KVA (Dry) TRANSFORMER Sub- USA T-27 KVA (Dry) TRANSFORMER Solar Area (Indoor) 500 KVA (Dry) TRANSFORMER Solar Area (Indoor) 500 KVA (Dry) TRANSFORMER Solar Area (Indoor) 1000 KVA (Oil) - TRANSFORMER Building 20 T-21 KVA (Oil)- TRANSFORMER Solar Area PU (Oil) - TRANSFORMER Solar Area 500 KVA (Dry) TRANSFORMER Solar Area 500 KVA (Dry) TRANSFORMER Chiller 75 KVA (Dry) TRANSFORMER Chiller 75 KVA (Dry) TRANSFORMER Chiller 75 KVA (Dry) TRANSFORMER Chiller 75 KVA (Dry) TRANSFORMER Building 7 475 KVA (Dry) TRANSFORMER Building 7 500 KVA (Dry) TRANSFORMER Building 7 300 KVA (Dry) TRANSFORMER Building A-23 ER 300 KVA (Dry) TRANSFORMER Building 1 ER 150 KVA (Oil) - TRANSFORMER Building 1 300 KVA (Dry) TRANSFORMER Building 200 Main ER 1500 KVA (Oil)- TRANSFORMER Building 200 Main ER 1500 KVA (Oil)- TRANSFORMER Building 201 (Outside) US-1 (Oil)- TRANSFORMER Building 201 (Outside) US-2 (Oil)- TRANSFORMER Building 201 Main ER 300 KVA (Oil)- TRANSFORMER Building 10 500 KVA (Oil)- TRANSFORMER Building 10 00 KVA (Oil)- Circuit Breakers List Equipment Identification Location Make Current Rating Main Circuit Breaker 119A-201-SE GE 800Amp Main Circuit Breaker 25-SE Siemens 800Amp Main Circuit Breaker 25-SE Siemens 800Amp Main Circuit Breaker 2700-200-SE GE 3200Amp Main Circuit Breaker 2700-200-SE GE 3200Amp Main Circuit Breaker 2700-200-SE GE 3200Amp Main Circuit Breaker 2700-200-SE GE 800Amp Main Circuit Breaker 2701-200-SE Westinghouse 1200Amp Main Circuit Breaker 2701-200-SE Westinghouse 1200Amp Main Circuit Breaker 2701-200-SE Westinghouse 800Amp Main Circuit Breaker 2701-200-SE Westinghouse 800Amp Main Circuit Breaker 2701-200-SE Westinghouse 800Amp Main Circuit Breaker 40-SE GE 800Amp MV Disconnect Switches Equipment Identification Location Make MV Disconnect Air Switch 102-44-SE Kinney Electric MV Disconnect Air Switch 109-62-SE Federal Pacific MV Disconnect Air Switch 10-SE Square D MV Disconnect Air Switch 10-SE General Electric MV Disconnect Air Switch 10-SE General Electric MV Disconnect Air Switch 119-201-SE IEM MV Disconnect Air Switch 119-201-SE IEM MV Disconnect Air Switch 1-SE Kinney Electric MV Disconnect Air Switch 1-SE Zinsco Electric MV Disconnect Air Switch 20-SE Square D MV Disconnect Air Switch 20-SE Square D MV Disconnect Air Switch 20-SE Square D MV Disconnect Air Switch 21-SE Kinney Electric MV Disconnect Air Switch 25-SE Siemens MV Disconnect Air Switch 2700-200-SE General Switchgear MV Disconnect Air Switch 2700-200-SE General Switchgear MV Disconnect Air Switch 2-SE Westinghouse MV Disconnect Air Switch 2-SE Westinghouse MV Disconnect Air Switch 2-SE Westinghouse MV Disconnect Air Switch 40-SE IEM MV Disconnect Air Switch 4-SE Kinney Electric MV Disconnect Air Switch 5-SE Kinney Electric MV Disconnect Air Switch 63-SE Westinghouse MV Disconnect Air Switch 63-SE California Sierra MV Disconnect Air Switch 7-SE Federal Pacific MV Disconnect Air Switch 7-SE Federal Pacific MV Disconnect Air Switch A23-7SE Square D MV Disconnect Air Switch A29-7SE Square D MV Disconnect Air Switch Ball Field Federal Pacific MV Disconnect Air Switch Ball Field Federal Pacific MV Disconnect Air Switch Ball Field Federal Pacific MV Disconnect Air Switch Ball Field Federal Pacific 4. PERFORMANCE MONITORING The Contracting Officer Representative (COR) will monitor contractor performance and certify the work was done in accordance with the SOW. COR/ Contact Information: Name: Francis Schmidt Section: Engineering Address: 16111 Plummer St North Hills Ca. 91343 Phone Number: 818-891-7711 38051 Fax Number: 818-895-9587 E-Mail Address: Francis.schmidt@va.gov 5. SECURITY REQUIREMENTS N/A 6. PERIOD OF PERFORMANCE The period of performance will be two weeks from the date the purchase order is awarded. hours of Work: VA SACC 7:30 AM 4:00 PM ** Excluding National holidays. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. Overtime & Holiday Pay: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. Contractor Personnel Background Requirements The Office of Security and Law Enforcement provides Department-wide policy on the assignment of appropriate position sensitivity designations associated with Department of Veterans Affairs (VA) positions involving national security and public trust responsibilities, and on the level of background investigations required for applicants for, and incumbents of, those positions. In addition to VA employees, the policy and investigative requirements are applicable to Contractor personnel who require access to VA computer systems designated as sensitive. Personnel who require access to VA computer systems shall be subject to all necessary background investigations and receive a favorable adjudication from the VA Office of Security and Law Enforcement to ensure compliance with such policy. If such investigation has not been completed prior to contract commencement, the Contractor shall be responsible for the actions of those individuals performing under the contract. Should the contract require Contractor personnel to maintain U.S. citizenship, the Contractor shall be responsible for compliance. Regardless of U.S. citizenship requirements, Contractor personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. The cost of such investigations shall be borne by the Contractor, either in advance or as reimbursement to the Government. The level of sensitivity shall be determined by the Government on the basic of the type of access required. The level of sensitivity will determine the depth of the investigation and the cost thereof. At this time, the current estimated costs for such investigations are as follows: Level of Sensitivity Background investigation level Approximate Cost Low Risk National Agency Check with Written Inquiries $ 231.00 Moderate Risk Minimum Background Investigation $ 825.00 High Risk Background Investigation $ 3,465.00 The Contractor shall be required to furnish all applicable employee information required to conduct the investigation, such as, but not limited to, the name, address, and social security number of Contractor personnel. The VA will provide all the necessary instructions and guidance for submission of the documents required to conduct the background investigation. Background investigations shall not be required for Contractor personnel who will not be required to access VA computer systems nor gain access to sensitive materials. Contractor Personnel The Contractor shall provide a contract program manager who shall be responsible for the performance of the work. The name of this person shall be designated in writing to the Contracting Officer. The Contractor s Program Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. Program Manager Company Name: Address: Phone No: Contact Name: Email: Contractor Employees The Contractor shall not employ persons for work on this contract if such employee is identified to the Contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. Contract Personnel shall be subject to the same quality assurance standards or exceed current recognized national standards as established by the Joint Commission (JC). Badge Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. Parking: It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. Smoking: Contractor personnel may smoke only in designated areas. It is the responsibility of the VISN 22 Healthcare Facilities to provide a safe and healthful environment for employees and patients and to serve as a leader in community health awareness and education. It is in fulfillment of this obligation that the facilities are committed to the establishment of a smoke-free environment. This policy applies to every location in the Healthcare Facilities. There shall be no smoking within 25 feet of all entrances to buildings. Smoking is allowed in all outside areas that are 25 feet away from entrances to buildings unless indicated otherwise. Enclosed patios connected to facility buildings are considered part of the building and as such are non-smoking areas. ADP Security: Protection of Computer Equipment, confidentiality of patient information, and the integrity of computer software/data at all Healthcare Facilities are essential. Software installed on each PC is copyrighted and copy of software for use elsewhere is prohibited. In the event of a possible security violation, the Healthcare Center s ADP Security Committee shall investigate and recommend corrective action to the appropriate agency. Insurance Coverage 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. 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. 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. 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. Invoicing & Payment Contractor shall list in the space below the name(s) and Address(es) of customer service department with whom the Government facilities shall place orders: Company Name: Address: Phone No: Fax No: Contact Name: Email: The Contractor shall submit in arrears a properly completed itemized invoice in accordance with FAR clauses 52.212-4(g) Contract Terms and Conditions Commercial Items via OB10 www.ob10.gov Invoices submitted for payment shall be reviewed for accuracy and shall be subject to approval by the Government prior to issuance of payment. The invoice MUST be itemized to include the following information. Facility name and address where service was provided Contract number Purchase order number Quantity Cost Date No advance payments shall be authorized. Payment shall be made on a monthly arrears for services provided during the billing month in arrears in accordance with FAR 52.212-4, para. (i) Upon submission of a properly prepared invoice for prices stipulated in this contract for services delivered and accepted in accordance with the terms and conditions of the contract, less any deductions stipulated in this contract. Payment of invoices may be delayed if the appropriate invoices as specified in the contract are not completed and submitted as required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217Q0710/listing.html)
- Document(s)
- Attachment
- File Name: VA262-17-Q-0710 VA262-17-Q-0710.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3408060&FileName=VA262-17-Q-0710-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3408060&FileName=VA262-17-Q-0710-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-17-Q-0710 VA262-17-Q-0710.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3408060&FileName=VA262-17-Q-0710-000.docx)
- Place of Performance
- Address: VA Ambulatory Care Center;16111 Plummer St;North Hills, CA.
- Zip Code: 91343
- Zip Code: 91343
- Record
- SN04468309-W 20170413/170411235035-6a8b1cdfc7ef6a85ef0a5ca3f7811bac (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 |