The RFP Database
New business relationships start here

Triennial Electrical Maintenance (VA-19-00031986) TIERED EVALUATIONS :This procurement is set-aside based on an order of priority as established in 38 U.S.C 8127.


West Virginia, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

STATEMENT OF WORK
Maintenance, Inspection, and Testing
of the Electrical Power Distribution System

1. Introduction:
This Statement of Work (SOW) describes the requirements for the maintenance, inspection, testing, and/or calibration of the Electrical Power Distribution System and all of its components. These work items are referenced as Maintenance and Testing in this document, hereafter.

It is the intention of the Louis A. Johnson VA Health Care System to acquire all labor, equipment, and materials to perform electrical testing on the facilities electrical system and components.

This SOW describes the requirements for the Qualified Electrical Contract Professionals known as Contractors in this document, hereafter. Contractors who are contracted by VHA Medical Center to perform maintenance and testing of the Electrical Power Distribution System, and all of its components, shall meet or exceed all requirements stated in Section 2 of this SOW.

This SOW describes the requirements to establish maintenance and testing reports.

2. Qualifications of Contractors:
Contractors shall complete all testing and certifications in accordance with standards established by the National Electrical Testing Association (NETA). In addition, Contractors must complete the Occupational Safety & Health Administration (OSHA) approved 10-hour construction safety training prior to beginning work. Contractor shall submit to the contracting officer and contract officer representative copies of all applicable training prior to work commencement.

Contractors shall have technical trainings, and track records of working experience in maintenance, inspection, and testing of the Electrical Power Distribution System and its components in healthcare, industrial, educational, and commercial facilities for a minimum of five (5) continuous years.

Contractors shall have safety trainings either on-the-job or class-room type - in electrical safety outlined in the OSHA Standard 29 Code of Federal Regulations (CFR) 1910 Subpart S Electrical, and the NFPA 70E Standard for Electrical Safety in the Workplace. Training certifications shall be submitted to the VA Contracting Officer prior to work. If no training certifications are available, the contractor Employer shall certify that he/she has met this requirement in writing, and submit it to the VA Contracting Officer prior to starting work.

Contractors shall have ready access to and apply as necessary the latest versions of the following references:

NFPA 70, National Electrical Code.
NFPA 70B, Recommended Practice for Electrical Equipment Maintenance.
NFPA 70E, Standard for Electrical Safety for the Workplace.
NFPA 110, Standard for Emergency and Standby Power System.
OSHA Standard 29 CFR 1910, Subparts I & S.
National Electrical Testing Association, Inc. (NETA) Maintenance and Testing Specifications.
Operating/Maintenance manuals, and specifications of the electrical equipment to be maintained and tested. These documents may be obtained from the VHA Medical Center, or the equipment manufacturers.

Contractors shall be equipped with all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E.

3. Summary of Work:
Work items, definitions, and references shall comply with the latest edition of the NETA Maintenance Testing Specifications. Below is a list of electrical equipment that shall be maintained, tested, and ultimately reported.

TRANSFORMERS:

Transformers over 500KVA shall be cleaned externally, inspected for overheating via thermal scan, and inspected for any damage to housing, connection points or insulation.
Liquid filled transformers shall have cooling liquid tested to meet manufacturer s recommendation.
Dry transformers will be cleaned externally, and inspected for overheating via thermal scan.


ELECTRICAL GEAR (including, but not limited to, Switchgear, Switchboards, Distribution Panels, Motor Control Centers, and all related equipment):

Use lint free rags to clean conductors, contact points between circuit breakers and main buss bars, buss bars, and the interior of the electrical equipment. Use a vacuum cleaner to remove large debris. (compressed air is not to be used for this purpose). Visually inspect for any obvious signs of overheating, misaligned contacts, insulation damage, or lose lugs.
Lubricate all moving parts according to manufacturer s recommendation.
Test and exercise circuit breakers located in switchgear, switchboards, and distribution panels to ensure operation under overload conditions.
Inspect and tighten ground connections. Test ground resistance for entire facility grounding system.
Identify hot spots in electrical equipment via thermal scan. Tighten problem connections to meet manufacturer s recommendations using a torque wrench or other approved device.
Calibrate and maintain adjustable protective relays.
Test all control systems equipment for proper operation after maintenance is performed and before placing them back in normal service.

AUTOMATIC TRANSFER SWITCHES

Use lint free rags to clean conductors and contact points. Use a vacuum cleaner to remove large debris. (Compressed air is not to be used for this purpose). Visually inspect for any obvious signs of overheating, misaligned contacts, insulation damage, or lose lugs.
Lubricate all moving parts according to manufacturer s recommendation.
Inspect and tighten connections.
Test for proper switching operation.

DISCONNECTS

Use lint free rags to clean conductors and contact points. Use a vacuum cleaner to remove large debris. (compressed air is not to be used for this purpose). Visually inspect for any obvious signs of overheating, misaligned contacts, insulation damage, or lose lugs.
Lubricate all moving parts according to manufacturer s recommendation.
Inspect and tighten connections.
Test for proper switching operation.

Additional notes:

All electrical work is executed with all proximate energized circuits de-energized when and where possible.

When a planned electrical outage cannot be accomplished the following requirements are mandatory for working on energized circuits.

Full personal protective equipment (PPE) will be available and worn by qualified electricians according to the guidelines outlined in NFPA 70E.
A written energized electrical work permit shall be obtained from the safety office prior to any energized work. (sample included Appendix 1)
This work may have to be done after regular working hours or on weekends.

Provide complete written report of the work. Information shown in the report shall be as following:
Company s name, address, telephone & FAX numbers.
Name and signature of contractors who perform the maintenance and testing.
VA Work Contract Number, name and number of VA Contracting Officer.
Date and Time of work.
Copies of contractors valid licenses, professional and training certificates.
Descriptions and model number of specialized tools and equipment used, such as torque wrench or infra-red scanning camera.
Location, Type, Name, and nameplate information of electrical equipment to be maintained and tested.
Descriptions of work items.
Test data.
Reference materials such as equipment manufacturer s specifications, coordination study, etc.
Remarks on conditions of electrical equipment. List all deficiencies, if any.
Recommended corrective actions, if any.

Submit four (4) hard copies of the complete written report to VA Contracting Officer and Contract Officer Representative (COR) within seven (7) calendar days of visit.

Submit four (4) hard copies of the complete written report and one (1) CD of the electronic version of the report in Microsoft Word and/or Excel format to the Chief of Engineering Service within seven (7) calendar days of visit. All reference materials shall be included in the electronic version of the report, either through scanning or other means of electronic text import methods.

Provide 3 sets of size E (34 by 44 inches) and 3 sets of size C (17 by 22 inches) updated and accurate one-line diagrams of the complete electrical distribution system (individual branch circuits not included).
Contractors shall report deficiencies that are deemed critical or catastrophic immediately to the Chief of Engineering Service for immediate actions.

Some requested work will be after hrs. due to hospital operation needs please provide outside regular hrs. pricing
Tiered Solicitation
1. Introduction:
A. The VA Central Office (VACO), Network Contracting Office (NCO5) is issuing 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 in conjunction with FAR part 13. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Contractor to provide a Triennial Electrical inspection for the Clarksburg VA Medical center. The period of performance will be 11/1/2019-10/31/2020.
B. TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited.
Evaluate the offers, if any, submitted by SDVOSB concerns. If no offers were submitted by SDVOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, withdraw the SDVOSB set-aside, document the basis for not making an award within this tier as prescribed in subsection (f) below, and proceed to the set-aside for VOSB concerns.
Evaluate the offers, if any, submitted by VOSB concerns. If no offers were submitted by VOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, withdraw the VOSB set-aside, document the basis for not making an award within this tier prescribed in subsection (f) below, and proceed to the set-aside for other small business concerns set forth in each subsequent tier.
Evaluate the offers, if any, submitted by other small business concerns. If no offers were submitted by other small business concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, cancel the solicitation, document in a memorandum for record the basis for cancelation, and resolicit as an unrestricted procurement.
C. The applicable NAICS code is 238210, and the Small Business Size Standard is 15M
D. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-02. The full text of the provisions and clauses can be obtained from the following websites: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/.
E. If you are claiming Service Disabled Veteran Owned Small Business or Veteran Owned Small Business status you must be registered in the Veteran Information Pages (VIP) https://www.vip.vetbiz.va.gov/
F. To be eligible for award of a contract, vendor must be actively registered in the SAM database (https://www.sam.gov). Vendor is also required to complete representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items.

2. Questions regarding this solicitation must be made in writing to the Contracting Officer, Craig Armagost at craig.armagost@va.gov No later than 10-22-19 and must include the solicitation number 36C24519Q0626 on the subject line. All Quotes must be submitted No later than 10/30/19 1300 EST. NO TELEPHONE REQUESTS OR INQUIRIES WILL BE ACCEPTED.
Responding to this solicitation- Offeror must submit its offer via Email to craig.armagost@va.gov Offeror must provide the following information with its offer:
A. Legal entity name, address, DUNS of your company;
B. Information that demonstrates your company s technical capability and experience for the following:
(4) Compliance with Limitations on Subcontracting: Describe any relationship to the offeror of any personnel who will be providing services under the contract that are not directly employed by the offeror. Provide a copy of offeror s written teaming arrangement or subcontracting plan that explains each party s specific responsibilities/activities regarding the performance of the contract, as well as the duration and terms of the arrangement.
C. Completed Price Schedule for CLINs 0001 through 0002 (see the Price Schedule Attachment for CLIN descriptions);
D. Completed Immigration & Indemnity Certification (see Solicitation Attachment);
E. Offeror must send the Past Performance Questionnaire (PPQ) that s attached to this notice to its references and ensure that the references submit a completed PPQ to craig.armagost@va,gov by the closing date and time of the solicitation. The first 2 completed PPQs received will be used for evaluation purposes and all other additional questionnaires received for the same offeror will be discarded without consideration; likewise, questionnaires received after the solicitation closing date will be discarded without consideration.

Craig Armagost
craig.armagost@va.gov
304-263-0811 X4492

Craig.Armagost@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP