SOURCES SOUGHT
J -- SOURCES SOUGHT NOTICE- ANNUAL ATS AND PARALLEL SWITCH GEAR INSPECTION SERVICES
- Notice Date
- 6/9/2022 1:42:24 PM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25222Q0676
- Response Due
- 6/20/2022 10:00:00 AM
- Archive Date
- 07/20/2022
- Point of Contact
- AARON ROGERS, CONTRACTING OFFICER, Phone: 414-844-4800 x44352
- E-Mail Address
-
aaron.rogers1@va.gov
(aaron.rogers1@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 3 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 DESCRIPTION This is a Sources Sought Notice and this notice is being issued for market research purposes only. This notice is not a Request for Quotation or Proposal (RFQ/RFP) and a solicitation is not being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition methodology. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested may assist the Government in determining the appropriate acquisition methodology. The Great Lakes Acquisition Center (NCO 12), Department of Veterans Affairs, is seeking information from sources capable of providing: Services needed to test, inspect and maintain the ATS-Automatic Transfer Switch system and Parallel Switch Gear on the Edward Hines Jr. Veterans Hospital Campus. ATS Inspection-Performed Annually Contracting technician will complete Inspections of ATS yearly during normal business Hours and while ATS devices are Energized Yearly Inspections of ATS will be conducted with adherence to both VHA 1028 and NFPA 110-2019 A. Visual inspection of the contactor and controller assembly, Place the inhibit switch to ""Off"" B. Disconnect the controller from the power source and torque controller connectors C. Inspect for any sign of moisture, wetness, or dripping D. Inspect all insulating parts for cracks or discoloration due to excessive corrosion E. Check all cable and control wire connections to the transfer switches control and sensing panel and other system components and tighten if necessary F. Inspect all main arcing contacts for excessive corrosion G. Visual inspection and adjustment of voltage sensors H. Visual inspection of the mechanical linkage and the T/S Solenoid Assembly I. Vacuum and clean accumulated dust inside and outside cabinet and on system. Remove any grime with approved Solvent J. Lubricate the mechanical linkage where applicable K. Visual inspection of relays and contacts for signs of heat damage, and/or pitting L. Record the voltage and frequency at the ATS M. Perform a milli volt drop test at the normal and emergency contacts N. Visual Inspection - Passed O. Test engine start contacts by starting the emergency power source to simulate a normal source failure - if approved by client P. ATS Transfer - Successful Q. Check all accessories for correct operation R. Return system to Auto, Return inhibit switch to the ""ON"" position Note: Item B: May not be possible due to the design of the ATS connections Items M: This will require permission to run the emergency power source Item O: This will require permission to run the emergency power source Item P: This will require a transfer from the utility to emergency and then re-transfer from emergency to utility. Parallel Switch Gear Inspection-Performed Annually Contracting technician will complete yearly Inspections of the parallel Switch Gear yearly during off Hours while device is deenergized Yearly Inspections of ATS will be conducted with adherence to both VHA 1028 and NFPA 110-2019 A. Place system control and engine control switches to the off position. B. Visual inspection of power bus and insulators. C. Torque bolted connections. D. DLRO bolted connections - As Required. E. Circuit breaker - Inspect and Operate racking mechanism. F. Circuit breaker - Inspect contacts G. Circuit breaker - DLRO contacts - If Possible. H. Circuit breaker - Lubricate linkage as required. I. Circuit breaker - Check Manual Operation of Trip-Close and Charge. J. Control wiring for condition and tightness. K. Check all indicating lights for proper operation. L. Check all fuses. M. Inspect all relays. N. Check PLC Battery O. Check Switchgear Battery. P. Clean as required. Q. Static test of alarms and shutdowns if possible. R. Start generator and close to bus using breaker control switch. S. Check and set generator no load voltage and frequency using DVM. T. Check panel mounted voltmeter and frequency meter. U. Verify proper operation of sync lights and sync scope. V. Manually synchronize generators and close to bus. W. Perform system test - Verify All units start and automatically synchronize and close to the bus The Government requests that interested parties submit a brief overview of their firm s capabilities -submit a statement of capability outlining their firm s capabilities related to this requirement stated below, and past experience with projects similar in scope to this project. All information shall be submitted in MS Word or Adobe PDF format and shall not exceed 10 pages, including all attachments. Each party s submission shall also include the following information: Organization Name Organization Address Point-of-Contact (including name, title, address, telephone number, and email address) SAM UEI Number Business Size (i.e. annual revenues and employee size) Socio-Economic Status (i.e.. small business, service-disabled veteran-owned small business, etc.) NAICS Code GSA Contract Number Any other pertinent information Requirements: SDVOSB/VOSB contractors that respond must also be able to follow the limitations of subcontracting language (see Below) The response date to this Sources Sought Notice is June 20TH at 12:00 p.m. Central. Electronic submissions may be submitted via email to Aaron Rogers at aaron.rogers1@va.gov VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102. ] X Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: Referral to the VA Suspension and Debarment Committee; A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and Prosecution for violating section 1001 of title 18. The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a9d983c093fb46d0827ce9f4e45293ff/view)
- Place of Performance
- Address: EDWARD HINES VAMC 5000 W 5TH AVE, HINES 60141
- Zip Code: 60141
- Zip Code: 60141
- Record
- SN06353831-F 20220611/220609230109 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |