The RFP Database
New business relationships start here

Automatic Transfer Switch Testing and Imaging


Maine, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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) The solicitation number is 36C24118Q0082 and the solicitation is issued as a request for quotation (RFQ).
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.
(iv) This requirement is being issued as a Small Business set-aside. The associated NAICS code is 238210 Electrical Contractors and Other Wiring Installation Contractors, and small business size standard is $15 million.
(v) The Government intends to award a firm-fixed price contract for a Contractor to provide Annual Automatic Transfer Switch Testing and Imaging located at the Boston Healthcare System, West Roxbury Division 1400 VFW Parkway, West Roxbury, MA 02132.

Item #
Description- Base Year 01/02/2018-01/01/2019
Qty
Unit
Price
Amount
0001
The contractor shall provide all labor, equipment, materials and supervision to complete annual Automatic Transfer Switch Testing and Imaging in accordance with the attached Performance Work Statement. (Includes all travel costs)
23
EA


0002
The contractor shall provide all labor, equipment, materials and supervision to complete annual Automatic Transfer Switch Testing and Imaging After Hours in accordance with the attached Performance Work Statement. (Includes all travel costs)
9
EA


0003
The contractor shall provide all labor to perform preventative maintenance/ repairs on ATS in accordance with the Performance Work Statement.
30
HR


0004
The contractor shall provide parts as needed for ATS Corrective Maintenance/Repairs. A supplier quote shall be furnished with the invoice for COR review and approval.

The contractor shall provide maximum ________% markup for parts.

The line item amount at award will be $5,000.00 NTE

1
YR

$5,000.00
TOTAL







Item #
Description- Option Year 1 01/02/2019-01/01/2020
Qty
Unit
Price
Amount
1001
The contractor shall provide all labor, equipment, materials and supervision to complete annual Automatic Transfer Switch Testing and Imaging in accordance with the attached Performance Work Statement. (Includes all travel costs)
23
EA


1002
The contractor shall provide all labor, equipment, materials and supervision to complete annual Automatic Transfer Switch Testing and Imaging After Hours in accordance with the attached Performance Work Statement. (Includes all travel costs)
9
EA


1003
The contractor shall provide all labor to perform preventative maintenance/ repairs on ATS in accordance with the Performance Work Statement.
30
HR


1004
The contractor shall provide parts as needed for ATS Corrective Maintenance/Repairs. A supplier quote shall be furnished with the invoice for COR review and approval.

The contractor shall provide maximum ________% markup for parts.



1
YR

$5,000.00
TOTAL






Item #
Description- Option Year 2 01/02/2020-01/01/2021
Qty
Unit
Price
Amount
2001
The contractor shall provide all labor, equipment, materials and supervision to complete annual Automatic Transfer Switch Testing and Imaging in accordance with the attached Performance Work Statement. (Includes all travel costs)
23
EA


2002
The contractor shall provide all labor, equipment, materials and supervision to complete annual Automatic Transfer Switch Testing and Imaging After Hours in accordance with the attached Performance Work Statement. (Includes all travel costs)
9
EA


2003
The contractor shall provide all labor to perform preventative maintenance/ repairs on ATS in accordance with the Performance Work Statement.
30
HR


2004
The contractor shall provide parts as needed for ATS Corrective Maintenance/Repairs. A supplier quote shall be furnished with the invoice for COR review and approval.

(The contractor shall provide maximum ________% markup for parts.



1
YR

$5,000.00
TOTAL













Item #
Description- Option Year 3 01/02/2021-01/01/2022
Qty
Unit
Price
Amount
3001
The contractor shall provide all labor, equipment, materials and supervision to complete annual Automatic Transfer Switch Testing and Imaging in accordance with the attached Performance Work Statement. (Includes all travel costs)
23
EA


3002
The contractor shall provide all labor, equipment, materials and supervision to complete annual Automatic Transfer Switch Testing and Imaging After Hours in accordance with the attached Performance Work Statement. (Includes all travel costs)
9
EA


3003
The contractor shall provide all labor to perform preventative maintenance/ repairs on ATS in accordance with the Performance Work Statement.
30
HR


3004
The contractor shall provide parts as needed for ATS Corrective Maintenance/Repairs. A supplier quote shall be furnished with the invoice for COR review and approval.

The contractor shall provide maximum ________% markup for parts.



1
YR

$5,000.00
TOTAL






Item #
Description- Option Year 4 01/02/2022-01/01/2023
Qty
Unit
Price
Amount
4001
The contractor shall provide all labor, equipment, materials and supervision to complete annual Automatic Transfer Switch Testing and Imaging in accordance with the attached Performance Work Statement. (Includes all travel costs)
23
EA


4002
The contractor shall provide all labor, equipment, materials and supervision to complete annual Automatic Transfer Switch Testing and Imaging After Hours in accordance with the attached Performance Work Statement. (Includes all travel costs)
9
EA


4003
The contractor shall provide all labor to perform preventative maintenance/ repairs on ATS in accordance with the Performance Work Statement.
30
HR


4004
The contractor shall provide parts as needed for ATS Corrective Maintenance/Repairs. A supplier quote shall be furnished with the invoice for COR review and approval.

The contractor shall provide maximum ________% markup for parts.

1
YR

$5,000.00
TOTAL






TOTAL







(vi) The contractor shall provide all personnel, equipment, supplies, tools, and materials necessary to complete all Automatic Transfer Switch Testing and Imaging in accordance with the attached Performance Work Statement.
(vii) The Place of Performance is the Boston Healthcare System, West Roxbury Division 1400 VFW Parkway, West Roxbury, MA 02132. The period of performance is 01/02/2018-01/01/2019 with four option years.
(viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.217-5 Evaluation of Options (JUL 1990);


(ix) 52.212-2 EVALUATION COMMERCIAL ITEMS (Oct 2014)
Submission of Quotes:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. We will not consider any quote that we receive after the deadline unless we receive it before we issue a purchase order and considering it is in the best interest of the Government and will not delay our purchase.
(2) Quotes may be submitted electronically via email to Tammy.Davis6@va.gov.
(3) Quote Format: The submission should be clearly indexed in accordance with the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number. The Contractor shall include its company name, address, DUNS and Cage Code. Please do not submit company brochures.
(4) Questions shall be submitted to the Contract Specialist in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 12/14/2017 at 12:00 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(5) Evaluation Process:
Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. After the evaluation of quotes, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing a purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR Part 15. The Contracting Officer may issue a purchase order to other than the quoter with the lowest price.
The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:B
Price - Vendor will complete the Price Schedule (attached) with proposed contract line item prices inserted in appropriate spaces.B
a. In order to evaluate the mark up on parts (CLINs 0004, 1004, 2004, 3004 and 4004), the Government will evaluate quotes by multiplying the mark up % submitted by the vendor in the price schedule by $5,000.00 to get a total line item amount. For example, if the vendor submits a markup of 20%, the total evaluated price for CLINS 0004, 1004, 2004, 3004 and 4004 will be $6,000.00 each ($5,000.00 *1.20). The Government will evaluate quotes for award purposes by adding the total revised price for CLINs 0004, 1004, 2004, 3004 and 4004 to the total quote amount. This is for evaluating quotes ONLY.


Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Performance Work Statement. References must include contact information; brief description of the work completed, and contract # (if relevant).B Please utilize Attachment Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Performance Work Statement.B The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources to include PPIRS.
Technical: The vendor s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Performance Work Statement.B The contractor shall provide the following:

a. The vendor shall demonstrate that it is
OHSA Trained Employees in electrical safety
Employees Trained to NFPA 70E
NETA certified Company

b. The vendor shall demonstrate that it is 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.

c. The vendor shall provide a Certification of Thermographer Level 2 or greater for the engineer/Technician.

d. Provide example of inspection and imaging report meeting stated objectives in the Performance Work Statement.

Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor.B
For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors . Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov).
Verified SDVOSBs will receive a 3% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.00).
Verified VOSBs will received a 2% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $98.00).
For Non-SDVOSBs/VOSBs: To receive some consideration under this Factor, anB Offeror must state in its proposal the names of SDVOSB(s) and/or VOSB(s) with whom it intends to subcontract, and provide a brief description and the approximate dollar values of the proposed subcontracts. Additionally, proposed SDVOSB/VOSB Subcontractors must be registered and verified in VIP database (http://www.VetBiz.gov) in order to receive some consideration under the Veteran s Involvement Factor.

If a vendor submits a subcontracting plan where it will be using a SDVOSB, it will receive a 1.5% price credit (e.g. if this vendor submits an offer of $100.00, it will be evaluated as if it submitted an offer of $98.50).
If a vendor submits a subcontracting plan where it will be using a VOSB, it will receive a 1% price credit (e.g. if this vendor submits an offer of $100.00, it will be evaluated as if it submitted an offer of $99.00).



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. Evaluation of options will not obligate the Government to exercise the option(s). The Government will evaluate prices for the option under FAR 52.217-8B by using the last year s option prices to calculate the price for six months of effort, and adding that amount to the base and other option years to arrive at the total.


A written notice of award, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


(x) 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2017). Ensure your representations and certifications are complete in the System for Award Management (SAM)( https://www.sam.gov). Otherwise, you will need to fill out solicitation Clause 52.212-3 "Offeror Representation and Certifications -Commercial Items", and submit with the quote. Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.228-5 Insurance-Work on a Government Installation (JAN 1997); 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), 852.215-71 Evaluation Factor Commitments (DEC 2009; 852.232-72 Electronic Submission of Payment Requests (NOV 2012); 852.237-70 Contractor Responsibilities (APR 1984).
52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days of contract expiration. (End of Clause)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed four (4) years and six (6) months.

LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011)
This solicitation includes AR 52.219-14 and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.

852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of clause)


(xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006); 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016); 52.204-14, Service Contract Reporting Requirements (OCT 2016); 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) ; 52.219-8, Utilization of Small Business Concerns (NOV 2016), 52.219-14 Limitations on Subcontracting (JAN 2017) ; 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 (SEPT 2016); 52.222-35, Equal Opportunity for Veterans (OCT 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-37, Employment Reports on Veterans (FEB 2016); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-50, Combating Trafficking in Persons (MAR 2015); 52.222-54, Employment Eligibility Verification (OCT 2015); 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013); 52.242-5, Payments to Small Business Subcontractors (JAN 2017); 52.222-41, Service Contract Labor Standards (MAY 2014); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014); 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015); 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017); (xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.
(xv) RFQ responses are due 12/22/2017 at 12:00 PM EST. RFQ responses must be submitted via email to: Tammy.Davis6@va.gov. Hand deliveries will not be accepted.
(xvi) The POC of this solicitation is Tammy Davis (Tammy.Davis6@va.gov).


PERFORMANCE WORK STATEMENT
Automatic Transfer Switch Testing and Imaging

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.

The Period of Performance is 01/02/2018 through 01/01/2019 with four Option Years. All testing and imaging for the base year shall be completed within 30 days of the contract start date.

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 pre-signal 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, pre-signal = 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.

2.3.8 PREMIUM TIME WORK: Some work shall be completed on premium time see attached ATS List for the ATS Inventory that shall be completed on off hours .

2.3.9 PLEASE NOTE: TESTING OF BYPASS/ISOLATION SWITCHES REQUIRES ADDITIONAL TESTING CRITERIA DIFFERENT AND IN ADDITION TO A STANDARD ATS.

The Government may require the addition or deletion of units. This will be completed through a contract modification.

All services and inspections shall be scheduled through the COR.

No additional work can be performed under this contract and no changes to this Scope of Work can be made without the authority and prior approval of the Contracting Officer.


2.4 TEST REPORT REQUIREMENTS: Test Reports shall be complete and detailed.


2.5 CORRECTIVE MAINTENANCE/EMERGENCY REPAIRS

2.5.1 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.


2.5.2 Please note, the amount of corrective maintenance/emergency repairs is unknown at this time.
These services are not guaranteed and will fluctuate based on the need and severity of the situation. The COR shall approve all work prior to the contractor performing any maintenance/repairs. If additional hours or parts are needed beyond what is included in the contract line items, an increase will be provided by the contracting officer through a modification to the contract. No work shall be completed in excess of the quantities/dollar value of the contract.



3. STANDARDS/REGUALTIONS

The following standards, as applicable, shall be part of the testing requirements:

NFPA-70 (NATIONAL ELECTRIC CODE)
NFPA-70B (ELECTRICAL EQUIPMENT MAINTENANCE) NFPA-70E (ELECTRICAL SAFETY IN THE WORKPLACE) NFPA-99 (HEALTH CARE FACILITIES)
NFPA-101 (LIFE SAFETY CODE)
NFPA-110 (EMERGENCY AND STANDBY POWER SYSTEMS) NFPA-20 (STATIONARY PUMPS FOR FIRE PROTECTION) ANSI/NETA-MTS (MAINTENANCE TESTING SPECIFICATIONS) MA ELEVATOR REGULATIONS (524 CMR)


4.0 EQUIPMENT TO BE SERVICED: See Attached Equipment List

5. PERFORMANCE REQUIREMENT SUMMARY: The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success.

Performance Objective

Standard
Performance Threshold

Method of Surveillance

PRS # 1.
The contractor shall provide ATS Testing and Imagine Services.
Services are performed in accordance with NFPA-70, NFPA-70B, NFPA-70E, NFPA-99, NFPA-101, NFPA-110, NFPA-20, ANSI/NETA-MTS, and MA Elevator Regulations.
100%
Periodic Surveillance

Tammy Davis
tammy.davis6@va.gov

Email

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP