Missouri Bids > Bid Detail

J061--Preventive Maintenance Automatic Transfer Switches

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159331115366422
Posted Date: Mar 15, 2023
Due Date: Mar 29, 2023
Solicitation No: 36C25523Q0263
Source: https://sam.gov/opp/054c6ce2ee...
Follow
J061--Preventive Maintenance Automatic Transfer Switches
Active
Contract Opportunity
Notice ID
36C25523Q0263
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 15, 2023 06:40 am CDT
  • Original Response Date: Mar 29, 2023 04:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J061 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    VA Columbia Missouri Health Care System Columbia , MO 65201
    USA
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products and/or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort.

The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice.

The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this Sources Sought Notice in accordance with (IAW) FAR Part 15.201(e).

The purpose of this Sources Sought Notice announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the products and/or services described below.

Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following:

(a) Company Name;
(b) Address;
(c) Point of Contact;
(d) Phone, Fax, and Email;
(e) UEI Number;
(f) Cage Code;
(g) Tax ID Number;
(h) Type of Small Business, e.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small business, 8(a), HUBZone, Women Owned Small Business, Small Disadvantaged Business, or Small Business HUBZone business, etc.;
(i) State if your business has an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed below and provide the contract number; and
(j) Must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below.

Requirement:
The VA Heartland Network 15 Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide Preventative Maintenance for Automatic Transfer Switches for the VA Columbia Missouri Health Care System, located in Columbia, Missouri. Please see Statement of Requirement for more specifics and details.

The North American Industry Classification System Code (NAICS Code) is 238210 (Electrical Contractors and Other Wiring Installation Contractors), size standard $19.0 Million. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a Small Business, VOSB or SDVOSB.
Important Information:
The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open may be used.

Responses to this notice shall be submitted via email to Mickeya Linzie at mickeya.linzie@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, March 29, 2023, at 4:00PM CST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.




DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTER
HARRY S. TRUMAN VAMC, COLUMBIA, MO

STATEMENT OF WORK

Preventive Maintenance on Automatic Transfer Switches

Introduction:

This Statement of Work (SOW) describes the requirements for the annual preventive maintenance of the transfer switches at the Harry S. Truman Veterans Memorial Hospital (HSTVMH).

The contractor shall provide full maintenance and testing service at the Harry S. Truman Memorial Veterans Hospital (HSTMVH), Columbia, MO to include all Original Equipment Manufacturer (OEM) replacement parts, labor, travel expenses, tools, test equipment, and other incidentals necessary to test, maintain or repair the listed equipment to full manufacturer s operating specifications.

The contractor shall be required to provide his/her own lockout/tagout devices and shall follow all OSHA requirements for lockout/tagout procedures.

All work shall be performed after normal working hours during the month of April. Work will generally be performed between the hours of 6pm and 6am (Monday-Friday). Adjustments to the schedule can be made if approved and coordinated through the COR.

All work shall be coordinated with Facilities Management. Contractor shall schedule work four (4) weeks in advance to assure proper coordination with hospital personnel. Contact Sarah Hamilton in Facilities Management at 573-814-6378 to schedule maintenance.

Qualifications of Contractors:

Contractors shall be factory trained and authorized to work on ASCO, Zenith, and Metron transfer switches. Contractors shall have a history of work experience in maintenance, inspection, and testing of electrical system equipment in healthcare, industrial, educational, and commercial facilities for a minimum of five (5) continuous years.

Contractors shall have knowledge of and access to the latest versions of the NFPA 101: Life Safety Code and NFPA 110: Standard for Emergency and Standby Power Systems.

Contractors shall furnish 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.

General Work Items:

Preventive Maintenance procedures shall be in accordance with the most current code; NFPA 110: Standard for Emergency and Standby Power Systems

Check all lighted signals and replace bulbs as necessary

Clean switch enclosure; brush and vacuum any dust accumulation

Check switch contacts; remove transfer switch barriers and check the condition of the contacts; replace contacts if pitted, excessively worn or indicate high resistance readings; carefully reinstall barriers. VA will pay material cost for replacement of contacts.

Check transfer switch lubrication; if necessary by visual inspection, renew all factory lubrication on all movements and linkages; relubricate solenoid operator if transfer switch coil is replaced. Do not use oil, use Factory approved lubricant as recommended by each switch manufacturer.

Check all cable connections and retighten them as necessary.

Check all timing circuits and adjustments to verify proper operation.

Perform all necessary tests on transfer switch to assure proper operation; return switch to a ready state for transfer of loads to emergency power in the event of a normal power outage. Each switch shall be operationally tested at the conclusion of the individual switch maintenance procedures.

Equipment to be Serviced:

260A, 480V ASCO Transfer Switch, Series 7000
EE#: 112964
Local Identifier: ATS-3
Location: E009

400A, 480V ASCO Transfer Switch, Series 7000
EE# 112962
Local Identifier: ATS-1
Location: E009

400A, 480V ASCO Transfer Switch, Series 7000
EE#: 112965
Local Identifier: ATS-4
Location: E009

800A, 480V ASCO Transfer Switch, Series 7000
EE#: 112963
Local Identifier: ATS-2
Location: E003A

600A, 480V Zenith ES250
EE#: 77309
Local Identifier: ATS-LS
Location: D022

600A, 480V Zenith ES250
EE#: 77310
Local Identifier: ATS-C1
Location: D022

800A, 480V Zenith ES250
EE#: 77311
Local Identifier: ATS-C2
Location: D022

600A, 480V Zenith, MX200
EE#: 38169
Local Identifier: ATS-EL
Location: D022

1600A, 480V Zenith ES250
EE#: 77312
Local Identifier: ATS-EQ
Location: D022

1600A, 480V Zenith ZBTS00B10160E
EE#: 136952
Local Identifier: ATS-C4
Location: D020

1600A, 480V Zenith ZB1SB16031-07E601N
EE#: 136955
Local Identifier: ATS-EQ2
Location: D022

600A, 480V Zenith ZB5SB06041-07E607X
EE#: 136954
Local Identifier: ATS-C3
Location: D022

100A, 480V Metron MP 300-50-480C
EE#: 77315
Local Identifier: ATS-FP
Location: D017

Reporting:

Provide written report of all work performed and any parts replaced. Reports shall be submitted to the COR, Sarah Hamilton.

Information shown in the report shall be as follows:

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.

Location and type of equipment serviced.

Descriptions of work items.

Recommended corrective actions, if any.

Contractors shall report deficiencies that are deemed critical or catastrophic immediately to the COR.

The authorization requirements do not apply, a Security Accreditation Package is not required.
END
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 15, 2023 06:40 am CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >