J– Tri-Annual Switchgear Preventative Maintenance
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: J-- Tri-Annual Switchgear Preventative Maintenance
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: 36C25719Q1239
Contact:
Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business
Place of Performance (address):
Place of Performance (zipcode): 79720
Place of Performance Country:
Description:
36C25719Q1239
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation number 36C25719Q1239 is issued as a Request for Quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE: This requirement is a Serivce Disable Veteran Owned Small Business and Veteran Owned Small Business Set-Aside, the NAICS is 238210 and the small business size standard is
Introduction: A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government.
Description of Services: The Contractor shall provide all personnel, supervision, transportation, equipment as outlined in the Statement of Work. See the Statement of Work for full details.
Place of Performance:
Type of Contract: A Firm Fixed Price Base Plus Four Option Year Renewals
Period of Performance:
Base:
Option Year One:
Option Year Two:
Option Year Three:
Option Year Four:
Instructions to Offerors Evaluation FACTORS For Award
Evaluation Factors for Award
I. Basis of Award
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation meets or exceeds the requirement at the lowest price, Lowest Price Technically Acceptable (LPTA).
The quotes will be evaluated on the basis of the evaluation factors listed below. The technical area will be evaluated on an "acceptable" or "unacceptable" basis. Only those contractors determined to be technically acceptable will be evaluated on price.
DEFINITION
RATING
Passes (or meets) minimum standard requirements
Acceptable
Fails to meet minimum standard requirements
Unacceptable
The following areas will be evaluated:
1. Technical Acceptability (acceptable/unacceptable)
2. Past Performance (pass/fail)
3. Price
Factor 1: Technical Capability The contractor shall submit a technical proposal which contains responses to the following:
Contractors shall be certified by the
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 work.
Contractors shall have ready access to 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.
Operating/Maintenance manuals and specifications of the electrical equipment to be maintained and tested. These documents may be obtained from the
Ability to provide
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.
The technical proposal must describe each of the listed bullets under Factor 1 Technical Acceptability and must provide enough detail to determine minimum qualifications.
Factor 2: Past Performance The contractor shall provide a listing of three relevant references, including the company/firm name, address, telephone number, and e-mail address. The Contracting Officer may also use information available in the Past Performance Retrieval System (PPIRS) when evaluating contractor past performance.
Factor 3: Price Contractor shall complete Price/Cost Schedule and include it with their offer. The Pricing Schedule shall be fully completed and verified to correct any errors. It shall contain the Offeror s prices for all unit prices for the base period and all option years.
***Note 52.212-4 (k) Taxes. The contract price includes all applicable Federal, State, and local taxes and duties.
B.2 LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (
This solicitation includes 852.219-10. 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
(End of Clause)
STATEMENT OF WORK
Calibration, Inspection, and Testing
of Switchgears, Breakers and Transformers
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.
This SOW describes the requirements for the Qualified Electrical Contract Professionals known as Contractors in this document, hereafter. Contractors who are contracted by
This SOW describes the requirements to establish maintenance and testing reports.
2. Qualifications of Contractors:
Contractors shall be certified by the
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 work.
Contractors shall have ready access to 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.
Operating /Maintenance manuals and specifications of the electrical equipment to be maintained and tested. These documents may be obtained from the
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. Scope of Work:
Provide all labor including removing and re-installing of breakers, materials, tools, testing equipment and supervision for testing, calibrating, adjusting and lubricating of switchgears and circuit breakers during weekends scheduled outages. The schedule outages shall be minimized the impact on patient care and hospital operations.
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 calibrated and tested at the WTVAHCS,
BLDG, 15
Main Switch Board Panel Volts
Main breaker- #1 12.5kv
4 protective relays
2. Main breaker - #2 xfrm 12.5kv
4 protective relays
3. Main breaker- #3 xfrm 12.5kv
4 protective relays
4. Main breaker- #4 XFRM Bldg. #2 12.5kv
4 protective relays
5. Main Breaker- #5 xfrm Bldg#2 12.5kv
4 protective relays
6. Main breaker -#6 xfrm [new domiciliary] 12.5kv
4 protective relays
Switch Board M Main
7. Breaker #1 rl -2000 480V
Main breaker
8. Breaker #2 rl-800 480V
Normal power central rnl
9. Breaker #3 rl -800 480V
Transformer D.D.T. #1-85 Elec. Equip.rm. #2
10. Breaker#4 RL-800 480V
Transformer D.D.T. #3-85 Elec.Equip.Rm. #3
11. Breaker #5 RL-800 480V
2nd fl. Lab A/C
12. Breaker #6 RL-800 480V
[
13. Breaker #7 RL-800 480V
[Rm B13] 4 banks elev.
14. Breaker #8 RL-800 480V
[
15. Breaker #9 RL-800 480V
[
16. Breaker#10 RL-800 480V
[
17. Breaker #11 RL-800 480V
[Bldg15] Panel HNSG switchgear gen
18. Fire Pump Switchgear RHX-1600 480V
19. Solar Panels Switchgear RL-800 480V
20. Spare Switchgear RL-800 480V
21. Spare Switchgear RL-800 480V
22. Spare Breaker RL-2000 480V
Switchgear Board X-R Main
23. Breaker #1 rl-2000 480V
Main Breaker
24. Breaker #2 RL-800 480V
X-ray Breaker
25. Breaker #3 RL-800 480V
Dental
26. Breaker#4 RL-800 480V
2nd FL X-ray panel
27. Breaker #5 rl-800 480V
Normal power transformer for 3 west
Generator Switch Board
28. Breaker #1 la-1600b 480V
Main Breaker [bolt-in]
29. Breaker #3 400a 480V
ATS#2 Critical
30. Breaker #4 400a 480V
ATS#3Equipment
31. Breaker #7 400a 480V
ATS #6 Elevators
32. Breaker#9 350a 480V
Fire Pump
Building #1
Rm.B21 [LAUNDRY]
33. Breaker#1 600a 480V
Main Breaker
34. Breaker #2 300A 480V
500KVA Transformer
RM B21 [PANEL H1F]
35. Main Breaker [Laundry Panels] 400A 120/208V
36. Bolt-In Main Switchgear 1600A 120/208V
Type LA-1600B
37. Breaker #1 H5ED 600A 120/208V
38. Breaker #2 H3ED 400A 120/208V
39. Breaker #3 H1E 400A 120/208V
40. Breaker #4 Spare 400A 120/208V
RM. 2-HW PANEL BOARD HW
41. Bolt-In Main Switchgear 1600A 120/208V
TypeLA-1600B
42. Breaker #1H5WD 600A 120/208V
43. Breaker #2 120/208V
44. Breaker #H1B 400A 120/208V
45. Breaker#4 H1AA/H1AB 400A 120/208V
Panel EQBW
46. EQBW Main Switchgear 400A 120/208V
Emergency Power Rm B-12
Panel DPCR
47. MainSwitchgear 800A with versa trip module 120/208V
48. Breaker#1 CR1C 400A 120/208V
Panel DPEQ
49. Main Switchgear 600A with versa trip module 120/208V
Panel HEQ
50. Main Switchgear 600A with versa trip module 480V
Panel DPLS
51. Main Switchgear 400A with versa trip module 120/208V
Rm B-13 Panel HCR
52. Main Switchgear 400A with versa trip module 480V
53. Breaker#1 Transformer T-2 300A 480V
Switch Board HC
54. Main Bolt-In Switchgear Breaker 1600A 120/208V
55. Breaker #1 H1D 400A 120/208V
56. Breaker #2 HB 400A 120/208V
57. Breaker #3 H7C 400A 120/208V
Switch Board DPBW
58. Main Breaker 1200A 120/208V
Panel H5WD
59. Main Breaker 600A 120/208V
Panel H5ED Rm. 568
60. Main Breaker 600A
61. Main Breaker 300A 480V
62. Main Breaker 500A 120/208V
63. Breaker #1 300A
a.Bldg7
Provide separate cost to re-test each replacement breaker if required.
Provide separate cost for each breaker to be repaired if required.
V.A. will provide a scheduled for testing breakers Thur, Fri, Sat. Sun.
TRANSFORMERS
Dissolved Gas Analysis and Testing
Scope of Work
Provide equipment, labor, materials, and sample bottles to draw transformer oil sample and test/provide oil dissolve gas analysis and dielectric strength data per ASTM D3612 and ASTM D300-00.
General
Before attempting to draw the sample, identify the type of cooling liquid in the transformer. Clean the sample flange and copper/brass tube with a lint-free clean cloth.
The apparatus to be sampled should be under positive pressure. For transformers sealed with an inert gas, check the pressure gauge to make sure it does not indicate a negative pressure. Ensure that the vacuum will not draw air into the transformer. Attach a length of tubing and filled with clean oil to the sampling valve before cracking the valve open. Carefully observe the direction of oil movement in the tube and close the valve immediately if the oil flow is towards the transformer. Do not allow air to be drawn into the transformer! Air can only enter the transformer when it is under a vacuum.
Dissolved Gas Analysis and Dielectric Strength
Take a sample while the oil is warm, and measure the temperature so that the laboratory can then adjust the results for moisture content. Pre-flush the sample leg and running the oil quietly into a clean glass vessel to minimize degassing and seal the sample securely. Analysis reports shall include following gases but not limited to Hydrogen, Oxygen, Nitrogen, Methane, Carbon Monoxide, Carbon Dioxide, Ethane, and Ethylene.
Wipe any oil from outer surface of the sample container and place in the shipping container. Place the Sample Data Sheet(s) in a plastic bag and enclose it in the shipping container.
Report:
Report shall include but not limited to the transformer location, size, manufacturer, voltage, date of sample. The results of the oil analysis are prepared in a written report and a pdf file.
Transformers to be Analysis and Dielectric Strength
BOILER PLANT
Westinghouse 750kva
SQ D 1000 kva
Vantran 225 kv
Generator bldg#1
SQ,D1500 kva
Vantran 300kva
Bldg #7
Vantran 150 kva
SQ,D 150 kva
Vantran 75 kva
NEW DOMECILIARY bldg# 18
SQ,D 750kva
4. Summary of Work:
A. Provide complete written report of the switchgear testing s. Information shown in the report shall be as followings but not limited to:
Company s name, address, telephone & FAX numbers.
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,
Descriptions of work items.
Test data.
Reference materials such as equipment manufacturers specifications, coordination study, etc.
Remarks on conditions of electrical equipment. List all deficiencies, if any.
Recommended corrective actions, if any.
B. Submit four (4) hard copies of the complete written report, and one (1) CD-ROM of the electronic version of the report in pdf format to the Contracting Officer within seven (14) calendar days of testing. All reference materials shall be included in the electronic version of the report, either through scanning or other means of electronic text import methods.
C. Contractors shall report deficiencies that are deemed critical or catastrophic immediately to the Project Engineer for immediate actions.
5. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS
The Contractor s field service employees will wear visible identification issued by the
It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Service. The WTVAHCS will not validate or make reimbursements for parking violations to the Contractor under any conditions.
Smoking is prohibited inside any buildings at the WTVAHCS. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search.
6. INSURANCE
Workers compensation and employer's liability. Contractors are required to comply with applicable Federal and State of Texas Workers Compensation and occupational disease statutes.
General Liability. Contractors are required to have
Property Damage Liability. Contractors are required to have Property Damage Liability insurance coverage of at least
7. HOURS OF COVERAGE
Normal business hours of coverage are Monday through Friday from
Federal Holidays observed by the WTVAHCS are:
Independence
8. Security:
The certification and accreditation (C&A) does not apply.
The following clauses and provisions apply to this solicitation:
52.209-5, Certification Regarding Responsibility Matters
52.212-3, Offeror Representations and Certifications-Commercial Items
52.212-4, Contract Terms and Conditions-Commercial Items
52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items
52.217-8, Option to Extend Services
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 60 days.
Evaluations of Options (
Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s).
(End of Clause)
52.217-9, Option to Extend the Term of the Contract
a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days. 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 5 (five) years.
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 60 days.
52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right
52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements
52.219-14, Limitations on Subcontracting
52.219-6, Notice of Total Small Business Set-Aside (
52.219-8, Utilization of Small Business Concerns (
52.222-3, Convict Labor
52.222-41, Service Contract Labor Standards (
52.222-42, Statement of Equivalent Rates for Federal Hires (
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (
52.222-55, Minimum Wages Under Executive Order 13658 (
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.228-5 Insurance-Work on a Government Installation (
52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52.237-3 Continuity of Services (
52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (
52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html)
852.203-70,
852.232-72, Electronic Submission of Payment Requests
852.237-70, Contractor Responsibilities
52.252-1,
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es).
52.252-2,
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html
852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (
LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE
(a) This solicitation includes far 52.219-6, Notice of Total Small Business Set-Aside.
(b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by
(c) All support contractors conducting this review on behalf of
(d) Furthermore, if
(End of clause)
852.219-76 SUBCONTRACTING PLANS MONITORING AND COMPLIANCE. AS PRESCRIBED IN 819.7203(C) INSERT THE FOLLOWING CLAUSE: SUBCONTRACTING PLANS MONITORING AND COMPLIANCE (
(a) This contract includes FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirement.
(b) Accordingly, any contract resulting from this solicitation will include these clauses, unless the contract is awarded to a small business concern. The Contractor is advised in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing the Contractor's compliance with the plan, including reviewing the Contractor's accomplishments in achieving the subcontracting goals in the plan. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding the Contractor's compliance with this requirement.
(c) All support contractors conducting this review on behalf of
(d) Furthermore, if
(End of clause)
SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS):
The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document.
The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All quotes received without this documentation will not be considered.
Quotes must be received no later than
These services are subject to the Service Contract Act and Wage and Determination (WD 15-5227 Rev.-7) which was first posted on www.wdol.gov on
Link/URL: https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25719Q1239/listing.html



Economic Development Administration: U.S. Department of Commerce Invests $1.8 Million to Make Critical Infrastructure Upgrades to Protect Businesses From Flooding in Kershaw, South Carolina
Advisor News
- Strong underwriting: what it means for insurers and advisors
- Retirement is increasingly defined by a secure income stream
- Addressing the ‘menopause tax:’ A guide for advisors with female clients
- Alternative investments in 401(k)s: What advisors must know
- The modern advisor: Merging income, insurance, and investments
More Advisor NewsAnnuity News
- ALIRT Insurance Research: U.S. Life Insurance Industry In Transition
- My Annuity Store Launches a Free AI Annuity Research Assistant Trained on 146 Carrier Brochures and Live Annuity Rates
- Ameritas settles with Navy vet in lawsuit over disputed annuity sale
- NAIC annuity guidance updates divide insurance and advisory groups
- Retirement is increasingly defined by a secure income stream
More Annuity NewsHealth/Employee Benefits News
- Health insurance legislation signed into law by Reynolds
- Alliance for Medicare launches coalition to improve Medicare Advantage
- ‘Working with us as a family’: Jefferson mom says insurers should cover behavioral health service for children
- SSM HEALTH, SAINT LOUIS UNIVERSITY PARTNER ON RN-TO-BSN PROGRAM
- 10 STATES WITH THE LEAST COMPETITIVE HEALTH INSURANCE MARKETS
More Health/Employee Benefits NewsLife Insurance News
- ALIRT Insurance Research: U.S. Life Insurance Industry In Transition
- 5 steps to take before selling your insurance agency
- U-Haul Holding Company Schedules Fourth Quarter Fiscal Year End 2026 Financial Results Release and Investor Webcast
- New Empathy and LIMRA Research: The Overlooked Opportunity to Engage the Next Generation After an Insurance Payout
- Symetra Names Jeff Sealey Vice President, Stop Loss Captives
More Life Insurance News