Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
DOCUMENT

J -- Annual ATS Testing and Imaging - Attachment

Notice Date
12/6/2017
 
Notice Type
Attachment
 
NAICS
#238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 1;1 VA Center;Augusta ME 04330
 
ZIP Code
04330
 
Solicitation Number
36C24118Q0082
 
Response Due
12/11/2017
 
Archive Date
1/10/2018
 
Point of Contact
Tammy Davis
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs Veterans Health Administration Sources Sought Notice Automatic Transfer Switch Testing and Imaging This is a Sources Sought notice and not a request for quotes. Responses to this sources sought notice will be used by the Government to make appropriate determinations about potential sources only. The Government will not pay any costs for responses submitted in response to this Sources Sought. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available products and services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking a vendor to provide the following products and/or services below. Please see the General Requirements section below for the requested products/services and descriptions. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. GENERAL REQUIREMENTS 1.0 SCOPE OF WORK The contractor shall perform annual Automatic Transfer Switch Testing and Imaging, corrective maintenance and/or emergency repairs at the Boston Healthcare System, West Roxbury Division, 1400 VFW Parkway, West Roxbury, MA 02132. The Contractor shall provide all labor, materials, tools and special equipment required to perform the work. 2.0 PERFORMANCE REQUIREMENTS 2.1 INFRARED THERMAL IMAGING: Thermal infrared imaging of both the normal and emergency power poles shall be done during annual testing. The transfer/bypass switch shall be in the emergency position for 30 minutes, prior to the imaging pictures taken to allow for any temperature rise. Reports of anomalies shall include a color photograph of the switch being tested & a color thermal imaging print. Both the transfers switch & bypass contacts shall be scanned. 2.2 Qualifications: The Contractor shall be NETA certified and either factory trained and authorized or factory trained on the Russelectric equipment to be tested and have a minimum of 20 years of experience, as many of the VA sites have older gear operating on site in excess of 15 years. 2.2.1 The Field Engineer/Technician shall also be a Certified Level 2 or greater Thermographer. 2.3 TESTING REQUIREMENTS 2.3.1 IN-PHASE MONITORS (SYNC CHECK RELAYS) In-phase monitors shall be checked for calibration and shall be set for + or 7 degrees maximum. Relay output contacts shall be tested, Dead bus relay outputs shall be confirmed and maximum slip rate shall be noted on the test reports. 2.3.2 VOLTAGE & FREQUENCY SENSORS All voltage and frequency sensors for both normal and emergency shall be calibrated with a three-phase test set, using calibrated meters for all pickup & dropout values. All results, including as found and as left settings shall be noted on the test reports. 2.3.3 AUXILIARY CONTACTS & SPECIAL TIMED CONTACTS All auxiliary position contacts shall be tested in both positions and so noted in the test reports. All auxiliary contact functions such as Normal Power Available, Emergency Power Available, ETC. Shall be verified and noted in the test reports. 2.3.4 TIMER CALIBRATION AND OPERATION CHECKS The following timers shall be checked for accuracy and so noted in the test reports: Time delay, engine start. Time Delay, transfer to Emergency. UMD Timer for Pre, Post, or Both.. T3/W3 elevator presignal time delay w/ bypass. Time delay, retransfer to normal. (set at 30 minutes) Time delay, engine cool down. (set at 300 seconds) Time delay neutral position on Delayed transition switches. 2.3.5 LOAD SHED, BLOCK TRANSFER & RE-ADD CRKTS. Special custom Load shed, Block Transfer & Re-add circuits shall be verified to be operational and be noted on the test reports. (If applicable) 2.3.6 VERIFY TOTAL POWER FAILURE TO RESTORATION OF LOAD FROM EMERGENCY GENERATOR Time delay, engine start = 1 or 3 seconds (Engineering Dept to specify actual time) Time delay, transfer to emergency =.1-15 seconds (Engineering Dept to specify actual time) Time delay, presignal = 10-20 seconds (Elevator contractor to specify actual required time) Time delay, load shed = 1-30 seconds (Engineering Dept to specify actual required time delay) Engine up to speed time = typical 4.5-6 seconds Retransfer to normal position = 5 minutes Insure total transfer time on Critical or Life Safety switches do not exceed 10 seconds. Insure that Elevator transfer switches transfer within 10 seconds, or as allowed by Mass Elevator Regulations (524 CMR) which is typically 25 seconds. 2.3.7 BYPASS/ISOLATION SWITCH TESTS Provide bypass to normal and bypass to emergency operations with Isolation option for each. Insure no load-break condition exists. (switch must be a make-before-break arrangement) If switches are of the Load-break design, Engineering will establish the time & date for these tests. Verify Manual Transfer switch function of Bypass switch.(Manual Transfer Switch Operation) Insure engine start contacts stay closed with ATS module out in Isolate position After switch is isolated, rack ATS module back into the TEST position and cycle the switch through a complete sequence. Follow manufacturer s instructions for returning switch to normal operating position Verify B/I module relays are properly energized and that all blocking interlocks are operating correctly. Verify all auxiliary and B/I engine start contacts. CORRECTIVE MAINTENANCE/EMERGENCY REPAIRS: The contractor shall provide all labor, material and equipment to perform corrective maintenance/emergency repairs to the Automatic Transfer Switches. The contractor shall respond to requests for repairs within 12 hours. RESPONSE COMMITMENT Response: All responses should be directed to tammy.davis6@va.gov. Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. Proprietary information is neither requested nor desired. If such information is submitted, it must clearly be marked "proprietary" on every sheet containing such information, and the proprietary information must be segregated to the maximum extent practicable from other portions of the response (e.g., use an attachment or exhibit). Timeline : This request will close on stated date within the Government Point of Entry (GPE). Requested information: Interested parties shall provide the following information in addition to your capability response: Format: MS Word or pdf format (please ensure email is under 5 mb) Company name and Sources Sought number listed Proprietary information MUST be marked as such, on a page-by-page basis. Submittal: In your response, please provide the following information based on the requirement. Your company s capability of fulfilling or exceeding this requirement as it is described. DUNS number, and indicate if actively registered on System for award management (SAM) Socio-economic Status & NAICS Code: State the size of your company [e.g., 8(a) (including graduation date), HUBZone-certified small business, Veteran-Owned small business, small business, etc.]. Notes: 1. This Sources Sought is for planning purposes only, and does not constitute a commitment, implied or otherwise, that a procurement action will follow. The Department of Veterans Affairs will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, The Department of Veterans Affairs reserves the right to contact any respondent to this notice for the sole purpose of enhancing The Department of Veteran Affairs understanding of the notice submission. 2. The content of any responses to this notice may be reflected in any subsequent solicitation, except for content marked or designated as business confidential or proprietary which will be fully protected from release outside the government. The Department of Veteran Affairs Contracting Office POC: Tammy Davis Contracting Officer Email: tammy.davis6@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ToVAMROC402/ToVAMROC402/36C24118Q0082/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24118Q0082 36C24118Q0082.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3947610&FileName=36C24118Q0082-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3947610&FileName=36C24118Q0082-000.docx

 
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;Boston VAMC West Roxbury;1400 VFW Parkway;West Roxbury, MA
Zip Code: 02132
 
Record
SN04759382-W 20171208/171206231640-3a91861bb526a11d637b2ff668066fa3 (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  © 1994-2020, Loren Data Corp.