DOCUMENT
J -- ATS Maintenance at the Albany VA Medical center - Attachment
- Notice Date
- 11/23/2017
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Canandaigua VA Medical Center;400 Fort Hill Ave;Canandaigua, NY, 14414
- ZIP Code
- 14414
- Solicitation Number
- 36C24218Q0077
- Response Due
- 12/8/2017
- Archive Date
- 1/7/2018
- Point of Contact
- COBAS, JUAN
- E-Mail Address
-
OBAS@VA.GOV<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 8 of 9 COMBINED SYNOPSIS/SOLICITATION AUTOMATIC TRANSFER SWITCH MAINTENANCE AT THE ALBANY VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR part 13 and Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through fedbizopps.gov on RFQ reference number 36C24218Q0077. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1. (iv) This procurement is being issued as a total Service Disable Veteran Owned Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 811219 (Other Electronic and Precision Equipment Repair and Maintenance) with a Small Business size standard of $20.5 million. (v) The Contractor shall provide pricing to provide automatic Transfer Switch Maintenance. See Statement of Work Below and attachment titled ATS Switches for a list of the equipment: Clin # Description Unit Price Total Price 1 ATS Maintenance-Quaterly Inspection 1-Base Year 2 ATS Maintenance-Quaterly Inspection 2-Base Year 3 ATS Maintenance-Quaterly Inspection 3-Base Year 4 ATS Maintenance-Quaterly Inspection 4-Base Year 5 ATS Maintenance-Annual Maintenance-Base Year 6 Base Year Total Price 7 ATS Maintenance-Quaterly Inspection 1-Option Year 1 8 ATS Maintenance-Quaterly Inspection 2-Option Year 1 9 ATS Maintenance-Quaterly Inspection 3-Option Year 1 10 ATS Maintenance-Quaterly Inspection 4-Option Year 1 11 ATS Maintenance-Annual Maintenance-Option Year 1 12 Option Year 1 Total Price 13 ATS Maintenance-Quaterly Inspection 1-Option Year 2 14 ATS Maintenance-Quaterly Inspection 2-Option Year 2 15 ATS Maintenance-Quaterly Inspection 3-Option Year 2 16 ATS Maintenance-Quaterly Inspection 4-Option Year 2 17 ATS Maintenance-Annual Maintenance-Option Year 2 18 Option Year 2 Total Price 19 ATS Maintenance-Quaterly Inspection 1-Option Year 3 20 ATS Maintenance-Quaterly Inspection 2-Option Year 3 21 ATS Maintenance-Quaterly Inspection 3-Option Year 3 22 ATS Maintenance-Quaterly Inspection 4-Option Year 3 23 ATS Maintenance-Annual Maintenance-Option Year 3 24 Option Year 3 Total Price 25 ATS Maintenance-Quaterly Inspection 1-Option Year 4 26 ATS Maintenance-Quaterly Inspection 2-Option Year 4 27 ATS Maintenance-Quaterly Inspection 3-Option Year 4 28 ATS Maintenance-Quaterly Inspection 4-Option Year 4 29 ATS Maintenance-Annual Maintenance-Option Year 4 30 Option Year 4 Total Price 31 Total Contract Price (vi) The period of performance for this requirement is 01/01/2018 to 12/31/2018 with four (4) option years to be exercised at the discretion of the government. Statement of work Automatic Transfer Switch Maintenance General Scope of Work: Stratton VA Medical Center in Albany, New York is requesting quotes for a certified manufacturer s representative to perform maintenance on the Automatic Transfer Switches in the Medical Center. The government is currently contemplating the establishment of a base plus four (4) option years contract. Switches are of various sizes and in various locations for emergency power distribution. NFPA 8.3.5 Maintenance shall be performed according to manufacturer s recommendations. In the absence of such recommendations, the list given in 8.3.5 suggests minimal procedures. Transfer switches should be subjected to an annual maintenance program including: One major maintenance Quarterly inspections. Programs shall include all of the following operations where applicable: Note: Due to the critical nature of these devices, permission shall be gained to perform these tasks since some of the following recommendations could cause disruption of power to the load. The following tasks shall be carefully reviewed with facility management personnel to ensure agreement and plan for contingencies. Major Maintenance: Check connections. A thermographic or temperature scan shall be done prior to this visit, while the ATS is under normal (peak) load. This thermographic scan shall be repeated during the EPSS load test. Results shall be available to the maintenance provider so that suspect conditions can be addressed during this activity. With power connected to the normal source, measure and record millivolt drop levels across each pole. Note: Any reading that is greater than 25 percent of the average of all poles shall be carefully inspected when the ATS is de-energized. With power connected to the emergency source, measure and record millivolt drop levels across each pole. Note: Any reading that is greater than 25 percent of the average of all poles shall be carefully inspected when the ATS is de-energized. If the ATS is equipped with a bypass isolation feature, operate the bypass to the connected source (emergency or normal) and repeat the steps in (a), (b), and (c). Levels shall drop to approximately 50 percent of initial levels and be uniform relative to initial readings. This step verifies that the bypass feature is properly connected and that the connected load will not be affected when the automatic portion is isolated for maintenance. With power secured and both the emergency and normal sources properly locked out and tagged out, measure the micro-ohm resistance levels across the following connection points: i. Emergency source cabling lug to bus ii. Normal source cabling lug to bus iii. Load cabling lug to bus iv. Neutral cabling lug to bus v. Load connected to normal across each pole vi. Load connected to emergency across each pole Note: If the ATS is equipped with an isolation bypass and the bypass remains energized, perform these tests on the isolated transfer switch unit only. DO NOT APPLY DIGITAL LOW RESISTANCE OHMMETER (DLRO) TO ENERGIZED CIRCUITS. Any value greater than 20 percent of the average value of all similar type connections requires further investigation. Inspect or test for evidence of overheating or excessive contact corrosion. With power from both sources secured and properly locked out and tagged out, remove all protective pole covers and arc chutes. Carefully inspect main contacts and other current carrying parts for signs of corrosion or overheating. Note: Observation shall correlate with previous results (i.e., thermographic or temperature evidence of higher than normal temperatures or heat migration, abnormal millivolt drop readings as previously noted, or abnormal micro-ohm (DLRO) readings as previously noted). Carefully inspect insulating materials or standoff insulators for signs of contamination (dirt, grime, oil, etc.). The combination of contaminants and possible introduction of high humidity or moisture could lead to insulation breakdown and subsequent destructive faults. Clean contaminated Inspect control connection, plugs, and harnesses for signs of corrosion, heat, contamination, and so forth. Using a vacuum, remove all dust and debris from the ATS cabinet, transfer switch mechanism, bus, and so forth. Note: Never use compressed air to blow outdust. Doing so can blow dust and debris into controls and the transfer switch mechanism. Inspect cabinets for proper sealing. Open conduit knockouts or other penetrations shall be properly sealed to prevent the introduction of dust, moisture, or other alien matter. Enclosures installed outside shall be inspected for proper seal and appropriate gasketing. Ensure that enclosure door securing devices are intact and properly secured. Replace and secure all protective pole covers and chutes. Remove lockout devices and resupply normal power. If the ATS is of the bypass isolation type, reconnect the transfer switch mechanism. Observe proper manufacturer s procedures. Verify control and feature set points and operation. Measure and record the following data and set points: Normal source voltage phase to phase, phase to ground, and phase to neutral Engine start time (from crank start to source available light or relay pickup) Emergency source voltage phase to phase, phase to ground, and phase to neutral Load current each phase Momentary override normal deviation where provided Transfer time delay where provided Return to normal source time delay where provided Engine cooldown where provided Security Requirements: All employees of general contractor and subcontractors shall comply with VA security management program and obtain permission of the VA COR, be identified by the contract and employer, and restricted from unauthorized access. Contractor vehicles shall be parked in designated areas of the campus. Request from the VA COR will be needed when picking up and dropping off materials and supplies, if necessary. Performance Monitoring: Performance monitoring shall be conducted by the designated VA COR in accordance to OEM specific guidance; and all salient characteristics as described by this statement of work. VA COR shall inform the CO of any discrepancies. No payments shall be made before acceptance by designated VA COR representative occurs. Place of Performance. Albany-Stratton VA Medical Center 13 Holland Avenue Albany, NY 12208 Period of Performance. Period of performance is 01/01/2018 to 12/31/2018. Contracting Office Address: VISN 2 Network Contracting Office - Canandaigua 400 Fort Hill Ave Canandaigua, New York 14424 A site visit is encouraged and will take place on November 30, 2017 at 10:00 AM EST. Interested vendors are encouraged to meet at the Albany VAMC Building 1 main lobby 10-15 minutes prior to above referenced time. RSVP is required 24 hours in advance via email to juan.cobas@va.gov. This will be the only provided site visit. (vii) Awardee shall coordinate with the VA COR prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C24218Q0077. Name, address and telephone number of offeror Technical description of services to be performed in accordance with the Statement of Work Terms of any express warranty Price Acknowledgement of any solicitation amendments Past performance information A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.204-16 Commercial and Government Entity Code Reporting (July 2016) 52.204-17 Ownership or Control of Offeror (July 2016) 52.204-20 Predecessor of Offeror (July 2016) 852.209-70 Organizational Conflicts of Interest (JAN 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1 Representatives of Contracting Officers (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (OCTOBER 2014), applied to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Award shall be made to the contractor whose quotation offers the lowest priced technically acceptable to the government, considering technical capability, past performance, and price. The government shall evaluate information based on the following evaluation criteria: Technical capability to meet all of the requirements of the SOW, please provide a maximum 5 page capability statement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. Price: Vendor s price must be fair and reasonable as determined by Contracting Officer s price analysis. Past Performance: Identify at least three references, preferably federal agency contracts, including contract number, dates of performance, points of contact, and telephone numbers, whereby you have provided the same or similar services, of the magnitude described in this solicitation. References will be considered in the evaluation process. Offerors should send their listed private sector references a letter, authorizing the reference to provide past performance information to the Government. The contractor s past performance will be evaluated based on the following: reliability, cost, order accuracy, delivery/timeliness, quality, business relations, personnel, customer support, and responsiveness. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contracting office will also review performance history in PPIRS. Offerors without relevant past performance or for whom past performance information is not available, will receive a neutral rating. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. This requirement includes options executed under FAR 52.217-8. The government will evaluate prices for the option under FAR 52.217-8 by using the last year s option prices to calculate the price for six months of efforts, and adding that amount to the base and other option years to arrive at the total. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.203-70 Commercial Advertising (JAN 2008) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 001AL-11-15- A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (DEC 2009) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (APR 2015) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (xiii) The Service Contract Act of 1965 does apply to this procurement; the applicable wage determination is attached to this combined synopsis/solicitation (xiv) N/A (xv) This is an open-market total Service Disable Veteran Owned Small Business Set-Aside combined synopsis/solicitation for Automatic Transfer Switch Maintenance at the Upstate New York VA Healthcare System, Albany Campus as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" The Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 12:00 PM EST, Friday, December, 08, 2017. The government shall only accept electronic submissions via email, please send all quotations to Juan.Cobas@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). RFI s will not be accepted after Monday December 04, 2017 @ 2:00pm EST. (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Juan Cobas, Contract Specialist, 585-393-7731; Juan.Cobas@va.gov. See attached document: Statement Of Work ATS Maintenance. See attached document: P07 WAGE DETERMINATION ALBANY COUNTY. See attached document: ATS Switches.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/36C24218Q0077/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q0077 36C24218Q0077.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3923402&FileName=36C24218Q0077-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3923402&FileName=36C24218Q0077-000.docx
- File Name: 36C24218Q0077 Statement Of Work ATS Maintenance.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3923403&FileName=36C24218Q0077-001.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3923403&FileName=36C24218Q0077-001.doc
- File Name: 36C24218Q0077 P07 WAGE DETERMINATION ALBANY COUNTY.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3923404&FileName=36C24218Q0077-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3923404&FileName=36C24218Q0077-002.pdf
- File Name: 36C24218Q0077 ATS Switches.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3923405&FileName=36C24218Q0077-003.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3923405&FileName=36C24218Q0077-003.xlsx
- File Name: 36C24218Q0077 Pricing Sheet.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3923406&FileName=36C24218Q0077-004.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3923406&FileName=36C24218Q0077-004.xlsx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q0077 36C24218Q0077.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3923402&FileName=36C24218Q0077-000.docx)
- Place of Performance
- Address: NEW YORK VA HEALTHCARE;ALBANY CAMPUS;113 HOLLAND AVENUE;ALBANY, NY
- Zip Code: 12208
- Zip Code: 12208
- Record
- SN04748340-W 20171125/171123230041-ae4a1f0a2a4dc20463f7098672747ecd (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 |