BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Albany, New York. Contact the soliciting agency for additional information.

36CI0X18P0081 COMBINED SYNOPSIS/SOLICITATION COMBINED SYNOPSIS/SOLICITATION THREE-YEAR ELECTRICAL INSPECTING AND TESTING ALBANY STRATTON VA MEDICAL CENTER (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, and FAR 13.5 Simplified Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.sam.gov on RFQ reference number 36C24224Q0959. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 (eff. 05/22/2024) and VAAR Update 2008-36 (eff. 03/22/2023). (iv) This solicitation is a Total Service-Disabled Veteran-Owned Small Business Set-Aside Open-Market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 238210: ELECTRICAL CONTRACTORS AND OTHER WIRING INSTALLATION CONTRACTORS and has a small business size standard of $19 Million. The FSC/PSC is J059: Maintenance, Repair, and Rebuilding of Equipment Electrical and Electronic Equipment Components. (v) This is a services contract to provide Three-Year Electrical Inspecting and Testing services for the Albany Stratton VA Medical Center. Below is a template for pricing. Contractors may provide their own pricing document, but it must be broken down to allow for price reasonableness determination. PRICING TABLE FOR: Three-Year Electrical Inspecting and Testing Services LINE ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 Base Period: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the Over the Three-Year Electrical Inspecting and Testing services for the Albany Stratton VA Medical Center as described in the Statement of Work. 1 JB Total: (vi) The required work is as contained below in the Statement of Work. STATEMENT OF WORK Electrical Testing Department of Veterans Affairs Albany Stratton VA Medical Center Background /Objective The Albany Stratton VAMC, Albany NY is currently seeking a contract to accomplish all three-year inspecting and testing of primary disconnects, transformers, low voltage circuit breakers and low voltage switchgear. Due to the critical nature of this equipment and the emphasis placed upon its ability to operate with minimal down time, the successful offeror must possess the necessary expertise and resources required by these specifications in order to be considered for contract award. Scope of Work Contractor must inspect and test all primary disconnects, transformers, low voltage circuit breakers and low voltage switchgear as outlined in these specifications for the equipment described herein. Contractor must furnish all parts and labor to accomplish the complete inspecting and testing of primary disconnects, transformers, low voltage circuit breakers and low voltage switchgear. Contractor must be certified and/or licensed to perform all work in accordance with VHA Directive 1028: Facility Electrical Power Systems and in compliance with The Joint Commission, OSHA, and NFPA electrical standards. This includes National Fire Protection Association (NFPA) codes; NFPA 70 - National Electrical Code, NFPA 70B - Recommended Practice for Electrical Equipment Maintenance, NFPA 70E - Standard for Electrical Safety in the Workplace, NFPA 99 - Health Care Facilities Code, NFPA 101 - Life Safety Code, NFPA 110 - Standard for Emergency and Standby Power Systems, NFPA 111 - Standard on Stored Electrical Energy Emergency and Standby Power Systems. The work under this contract must be performed under the supervision of a Qualified Registered Professional Engineer. Field service work must be performed by Field Service Technicians who have successfully demonstrated their knowledge and experience in the field of Electrical Power Distribution Systems Testing. The Field Service Technicians must be capable of (1) testing, assessing, evaluating, servicing and reconditioning components, (2) assuring that the equipment on which work has been performed is safe, reliable and acceptable for its intended purpose, and (3) identifying defective equipment and potential safety problems, environmental hazards, code violations. The supervising Field Service Engineer must be accredited as a Certified Electrical Test Technologist by the NICET (National Institute for Certification on Engineering Technologist) of the NETA (National Electrical Testing Association) and have a minimum of five years of experience on similar major testing projects. (Note: Persons with high qualifications, such as a BS or higher Degree in engineering, need not be accredited or certified, provided they can demonstrate that they have the required specialized knowledge and at least five years of experience in testing switchgear and power distribution systems). All other testing Technicians assigned to the project must be certified by NICET, NETA, or must have an equivalent qualification certification. (Note: Persons who, by the education, training and specialized knowledge and at least five years of experience in testing switchgear and power distribution systems.) Test assistants and apprentices may be assigned to the project as assistants to certified technicians at a ratio not to exceed two certified to one non-certified assistant or apprentice. Note: Contracting Officer reserves the right to request proof of appropriate training and experience from vendor personnel for servicing the equipment on the schedule). List of Equipment Primary Disconnects De-energize breakers as required by VA Medical Center personnel in order to clean contacts and remove oxide or corrosion. Maintain 80% or better contact mating on knife or butt-type contact surfaces. Measure contact resistance in micro-ohms, megger each phase-to-ground. Record any discrepancies. Clean and inspect the cubicle, tighten all untaped connections and lubricate as necessary. Check disconnects for freedom of movement and galling or friction in moving parts. Check for signs of heating on current carrying parts, loose or missing hardware and broken or missing cotter keys or retainer rings. Replace missing or broken parts and lubricate as per manufacturer's specifications. Check fuses for proper size and connections for tightness in ferrules. Equipment Description and Location: Primary Disconnects: (5-15/KV) LOCATION QUANTITY DESCRIPTION Main Outdoor Switchgear 6 Voltage regulator bypass disconnects Boiler Plant R-235 1 #EE18716 Disconnect Switch High voltage; 13800 volts Electrical Equipment Co., SN 34092-0009 Boiler Plant R-134 1 #EE18717 Disconnect Switch High Voltage; 13800 Volts Electrical Equipment Co., SN 34092-0008 U-11 Switchgear R-235 1 #EE18502 Outside; High Voltage 13800 Volts Electrical Equipment Co. SN 34092-0010 U-11 Switchgear R-134 1 #EE18503 Outside; High Voltage 13800 Volts Electrical Equipment Co. SN 34092-0011 Switchgear Equipment and Primary Breakers: Record switchgear, breaker and device nameplate information and compare with the facility's one-line diagram, when available. Identify and record discrepancies. Inspect all electrical equipment including each breaker and report damaged or malfunctioning equipment, loose connections or material or any contamination that must be corrected. Clean where appropriate. Check equipment for level, security to foundation and operation of doors. Report any unfavorable environmental conditions such as excessive moisture or conducting dust that must be corrected. Clean where appropriate. Visually inspect the equipment ground and record the number and size of ground bus and straps and report deficiencies. Draw or rack each breaker from its cell. Remove arc chutes, clean, inspect and adjust all contacts as necessary. Measure and record contact resistance in micro-ohms and clean all insulation surfaces. Megger and record phase-to-phase and phase-to-ground. Lubricate as necessary. Electrically close and trip each breaker with control switch. Manually close and trip each breaker. Trip each breaker with each of its protective devices. Tighten all connections. Record any discrepancies. Equipment Description and Location: Switchgear Equipment & Primary Beakers LOCATION QUANTITY DESCRIPTION Main Outdoor Switchgear 10 Siemans-Allis, Type FC-500B, Line 1, Line 2, Tie Breaker 134, 437, 538,739,235,336,639 Main Outdoor Switchgear 2 Transformers (CPT-P) & (CPT-A) Transformers: Record transformer nameplate information and compare with the medical center's one-line diagram, when available. Record any discrepancies. Inspect transformers and accessories and report any damage, loose connections or material, shipping blocks, contamination that must be corrected. Perform cleaning of items, where appropriate. Inspect for leaks, tighten all untaped connections. Clean all insulating surfaces. Sample all insulating liquids and test dielectric and water content. Report all results. Equipment Description and Location High Voltage Outside Transformers Transformers LOCATION DESCRIPTION C Wing 13.8 kV to 120/208V 500 KVA Oil Filled C Wing 13.8 kV to 120/208V 500 KVA Oil Filled MEV 13.8 kV to 277/480V 225 KVA Oil Filled D Wing 13.8 kV to 120/208V 750 KVA Oil Filled D Wing 13.8 kV to 120/208V 750 KVA Oil Filled A Wing 13.8 kV to 120/208V 750 KVA Oil Filled A Wing 13.8 kV to 120/208V 750 KVA Oil Filled B Wing 13.8 kV to 120/208V 750 KVA Oil Filled B Wing 13.8 kV to 120/208V 750 KVA Oil Filled Bldg. 5 13.8 kV to 120/208V 112.5 KVA Oil Filled Bldg. 67 13.8 kV to 277/480V 112.5 KVA Oil Filled ARF 13.8 kV to 277/480V 300 KVA Oil Filled Chiller Plant 13.8 kV to 2405/4160 1500 KVA Oil Filled Chiller Plant 13200/480Y/277V 1500 KVA 30-60HZ ABB Power (T&D Company) Main Outdoor Switchgear - 6 each Voltage Regulators Mc Graw Edison Power Systems Co.250/280/KVA-7620/13200Y, Cat RUBG-076250AA-P4 Boiler Plant R-235 13800 to 480V/277V 500KVA Virginia SN 340300K501-6630.A2 Boiler Plant R-134 13800 to 480V/277V 500 KVA Virginia SN 340300K501-6630.Al U-11 R134 13800V to 480V/277V 500 KVA Virginia SN 340500B513-6630.B2 U-11 R235 Alstron Transformer 13800V to 480 500 KVA DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK List of Equipment Continued: High Voltage Inside Transformers High Voltage Inside Transformers LOCATION QUANTITY DESCRIPTION Room S-15 B Wing 1 13200 to 480V/277V 750 KVA Dry Type; Cast Epoxy Resin; Goldstar SN 2058.1 Equipment Description and Location Low Voltage Transformers (120/208 - 277/480) LOCATION QUANTITY DESCRIPTION MEV Building 1 G.E., Model #9T23B3875, 112.5 KVA, 480V Wings A, B, C, D (I each wing) 4 ACME Electric Corporation Power Transformer, Catalog T- -53315-3, 112.5 KVA, 48OV- 120/208V Room S-15 (B Wing) 1 Challenger DT-3 300 KVA 30 60 HZ; Catalog #303-415; 480V Delta/208Y/120 Volt ARF 1 Inside transformer, Cat. # 13T68F, 15 KVA ARF 1 Inside transformer, Square D, Cat. #45T3H, Style 33749-17212 ARF 1 Inside transformer, Square D, #112T76H, Style 347-49-50112-007, 480-480/277Y, 112.5 KVA 11th Floor "A" Wing 1 #EE18484 15 KVA Siemens ITE, Dry Catalog #3F3Y015 480V Primary; 208/120V Secondary 11th Floor "B" Wing 1 #EE18485 15 KVA Siemens ITE, Dry Catalog #3F3Y015 480V Primary; 208/120V Secondary 11th Floor "C" Wing 1 # EE 1 8486 15 KVA Siemens ITE, Dry Catalog #3F3Y015 480V Primary; 208/120V Secondary 11th Floor "D" Wing 1 #EE18487 15 KVA Siemens ITE, Dry Catalog #3F3Y015 480V Primary; 208/120V Secondary Boiler Plant 2 Westinghouse, Catalog #LB 3400F, Style 5680D03G08, 400 Amp, 600V (Needs shutdown of Boiler Plant) SUB BREAKERS ARF Building 1 GE, 400A, THJK 436-F6000, Main to A/C GE load center ARF Building 1 Westinghouse 500 Amp, LC Frame Catalog #LC 3600F, Style 2607D78648, Cable load, bus line (ARF Distribution-Main) ARF Building 1 Square D, 400 Amp, Type LAB LJ-8192, Stab on 1-Line and Cable Load (ARF Distribution Center) ARF Penthouse 1 Square D, 300A, 600V, type LAL MCC, cable line, cable load, Penthouse, ACRU-1 13fl Elevator Machine room 10 Elevators 1,2,3,4,5 CH 300A, DK3300W Style 6642C77G23 (Do 1-5 Elevators Only) SUB BREAKERS MER A 1 G.E., Catalog #TFJ236200, 200 Amp, 600V MER B 1 G.E., Catalog #TFJ236225, 225 Amp, 600V 11th Floor (1) MER "A" Wing (1) MER "B" Wing (1) MER "C" Wing (1) MER "D" Wing 4 ITE Main Breaker, 600 AMP Main, 400 AMP Trips; Catalog #LD63F600 Type LD6 U-11 Switchgear Room - R-134 1 #EE18499 Inside 1600A Spectra Power Break AV2 G.E. Serial # 1 15144 Catalog #TC1616SS U-11 Switchgear Room - R-235 1 #EE18500 Inside 1600A Spectra Power Break AV2 G.E. Serial #1 15143 Catalog #TC1616SS U-11 Switchgear Room - Tie 1 #EE18501 Inside 1600 Spectra Power Break AV2 G.E. Serial # 11545 Catalog #TC1616SS U-11 Switchgear 13 G.E. Spectra Series Fusible Switch Units 400 A; ADS32400HB Inside U-11 Switchgear 7 G.E. Spectra Series Fusible Switch Units 200A, ADS32200HD Inside S-15 B Wing X-Ray 1 Westinghouse Type DS42D, Inside Main Power Breaker 1200 AMP Challenger Lower Master Switchboard S-15 B Wing X-Ray 5 Westinghouse Fusible Switch Units 400A; FDPS365R S-15 B Wing X-Ray 7 Westinghouse Fusible Switch Units 200A; FDPS364R NOTE: All are bolt on line and cable load LOCATION QUANTITY DESCRIPTION S-15 B Wing X-Ray 2 C.H.CCH3175 175 Amp C Wing, Room S-19 OR Normal Distribution Panel (NDP): 1 Westinghouse, LBB 179C809G67, 400 AMP Main C Wing, Room S-19 OR (NDP) 1 Westinghouse KA-3225F, 150 AMP, Feed to ATS, 150AMP, ICU/CCU C Wing, Room S-19 OR (NDP) 1 Westinghouse Feed to Nextel Equipment 13th Floor; 200 AMP C Wing, Room S-19 OR Emergency Distribution Panel (EP2): 1 400 Amp Challenger CKT3400T, Feed to OR ATS 400 AMP D Wing, Room S-8 1 Westinghouse, LB 3400F, Style 5680D03G08, 400 Amp, 600 V D Wing, Room S-8 1 Westinghouse LB 3400F, Style 5680D03G08,225 Amp, 400 A Sticker NOTE: All above breakers are bolt online, cable load LOCATION QUANTITY DESCRIPTION BREAKERS Room U- 1 2 (House Pumps) 2 Square D, Catalog #Q4L3300, 300 Amp, 240V, Series 4, Cable Line and Cable Load SWITCHGEAR: Room S-22 Compressor Room R134 Main 1 Breakers, G.E.Power Break II Catalog #SSFZ56325, 2500 Amp, Pull Out Type Room S-22 Compressor Room Tie 1 Breakers, G.E. Power Break II Catalog #SSFZ5D325, 2500 Amp, Pull Out Type Room S-22 Compressor Room R235 1 Breakers, G.E Power Break II Catalog #SSFZ56325, 2500 Amp, Pull Out Type Room S-22 Compressor Room 1 250AMP JT325OT SUB BREAKERS: Room S-22 Compressor Room 1 G.E. Catalog #THKS46085, 800 Amp Penthouse 1600A is Spare Room S-22 Compressor Room 2 G.E. Catalog #THKS4606S, 600 Amp Room S-22 Compressor Room 3 G.E. Catalog #THKS4604S, 400 Amp Room S-22 Compressor Room 3 Siemans ITE sensatrap, solid state, 400A, #SJL63B400 NOTE: All above breakers are bolt in line and load LOCATION QUANTITY DESCRIPTION Chiller Plant 1 Main Switchgear G.E. AV-Line Switchboard; 480Y/277V; 2000 Amp Chiller Plant 1 Main C/B Power Break 11, Catalog #SSD20B220, SN 175021751800101, 2000 AMP, 600 VAC, 30, Rating Plug 2000 AMP Chiller Plant 1 MCC Power Break 11, Catalog #SSD08B208, SN 175021752000402, 800 AMP, 600 VAC, 3 0,Rating Plug 600 AMP MEV Building Room 116E, GE Switchgear 800A 1 Main Breaker GE, versatrip cat # TAGUT20MGA-3, type AKR-6D-20, 800A, pull out type MEV Building Room 116E, GE Switchgear 800A 1 GE mag trip, 225A, cat #TJJ-436225 MEV Building Room 116E, GE Switchgear 800A 1 GE, versatrip, cat # THJS-3603-SG, 300A Protective Relays Check relays with current and an accurate timing device. Inspect relay for: Loose terminals, lock screws and other parts Filings or other foreign material in magnet gaps Burned or dirty contacts Sticky contact backstops Dirty, worn, and broken bearings or other causes of sluggish operation Damaged coils, resistors or wiring Damaged or maladjusted indicator targets or holding devices. Clean and make all necessary adjustments and report loose connections or material or contamination that must be corrected. Perform four types of tests for overcurrent relay testing: zero set, pickup, timecurrent characteristics and target and seal-in operation. For overcurrent instantaneous relays, consult manufacturer's instruction bulletin to identify current terminals and contact terminals. For over/under voltage relays, consult manufacturer's instruction bulletin to identify potential terminals and contact terminals. Perform the zero set, pickup and timing tests. Equipment Description and Location: Protective Relays Protective Relays LOCATION QUANTITY DESCRIPTION Outdoor Main 8 GE, type SFC-1.0 Switchgear R51 R52 Outdoor Main 16 GE, type SFC-1.0 Switchgear Outdoor Main 2 GE, type IAV Outdoor Main 3 GE, type HFA Motor Starters and Spare Breakers (208 volts, 5KV) Record motor starter nameplate information and compare with the medical center's one-line diagram, when available and record discrepancies. Inspect equipment and each motor starter and report damage, loose connections or material or contamination that must be corrected. Clean all buses, supports and inspect connections for signs of overheating and deterioration of insulation. Check equipment for level, security to foundation and operation of doors. Report any unfavorable environmental conditions such as excessive moisture or conducting dust that must be corrected. Check all control connections, screws, lugs, bolts and solder-less connectors for tightness to ensure good electrical continuity and mechanical condition. Inspect the equipment ground for a solid, continuous and adequate ground. Inspect all raceway systems entering the switchboard to determine the proper bonding with lock nuts, etc. Submit written report on condition of each motor starter and recommendations for any technical adjustments or repairs that are deemed necessary. Spare Breakers Spare Breakers LOCATION QUANTITY DESCRIPTION Various 75 Various Spare Breakers Chiller Plant 2 4160V Motor Starters Room U-12 2 House Pumps Upon completion of work as outlined in the Specification/Work Statement and restoration of normal load, Contractor is to perform an infra-red thermal survey. This survey is to include all items mentioned plus all switchgear buss and cable connection (internal as well as breaker). Emergency transfer switches must be surveyed in the normal and emergency positions. Contractor must be responsible for removal and reinstalling inspection covers on all equipment to allow for complete survey. Contractor s service representative must contact the Electric Shop Foreman or his designee at (518) 626-6787 prior to any service performed. Service tickets will be signed and filed in Electric Shop (Basement C-55 The contractor must be responsible for informing the Electric Shop Foreman of any uncorrected deficiencies and noting these on the service ticket. Notation must include the type of deficiency, dated and initialed. Any deficiency which poses a hazard must immediately be called to the attention of the COR. Noncompliance The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, must be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. Inspection Upon completion of the service, the COR/POC will perform an inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. This inspection will ensure that all equipment is returned to full functioning condition. No invoices will be processed for payment prior to the completion of POC inspection. Other Related Services (Not Included in the Scope of Work) Any services not expressly stated in this statement of work are not authorized. Services such as inspection, Original Equipment Manufacturer (OEM) required maintenance, or other maintenance and repair vital to the continued functioning of the systems may be added only after written modification from the contracting officer, unless they are inclusive to the requested services. No other person, including the COR or any other VA personnel are authorized to request additional work be performed by the contractor. Any additional services performed that are not authorized by the contracting officer will be considered inclusive. Place of Performance Department of Veterans Affairs Albany Stratton VA Medical Center 113 Holland Ave Albany NY 12208 Period of Performance All work must be scheduled with the Electric Shop Foreman. A minimum of two weeks advance notice is required prior to the performance of any work. Normal hours of service are Monday through Friday, 7:00 AM to 3:30 PM excluding national holidays. Approximately 75% of the low voltage switchgear testing must be done outside the normal hours of work Monday through Friday 3:30pm 7:00am, and/or Saturday/Sunday. The Government requires performance of services to start within forty-five (45) calendar days after receipt of notification of contract award and be completed within fourteen (14) calendar days from date of start of work. The date of startup of work will be based on VA approval of the contractor s submitted schedule of work. CONTRACTING OFFICE ADDRESS: VISN 2 Network Contracting Office Albany Stratton VA Medical Center 113 Holland Ave Albany, NY 12208 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The following solicitation provisions apply to this acquisition: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2021) Solicitation number for this requirement as 36C24224Q0959; The time specified in the solicitation for receipt of offers; Name, address and telephone number of offeror; Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete; Terms of any express warranty; Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); Acknowledgement of any solicitation amendments; Past performance information; A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following solicitation provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.212-2 Evaluation-Commercial Items (NOV 2021) 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) Addendum to FAR 52-212-1 INSTRUCTIONS TO OFFERORS COMEMRCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021): This Request for Quote (RFQ) is issued in accordance with FAR Part 12 in conjunction with Simplified Acquisition Procedures at FAR 13.5. All instances of FAR 15 procedures in FAR 52.212-1 shall not apply to this RFQ and are hereby substituted with FAR 13 procedures. Eligibility: In order for a quote to be eligible for award, offerors submitting a quote must have the NAICS Code 238210: ELECTRICAL CONTRACTORS AND OTHER WIRING INSTALLATION CONTRACTORS and current registration in both the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM, as well as current certification in Veteran Small Business Certification (VetCert): https://veterans.certify.sba.gov/. Quoters MUST complete and submit a copy of the attached 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING-CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION with their submission. Questions: Questions must be submitted to Levi.Russin@va.gov in writing via e-mail. Oral questions will not be accepted. The deadline for receipt of questions is 9/5/2024 at 12:00 PM ET. Questions will be answered in an amendment to the solicitation. Submission Instructions: Technical packages shall be submitted to Levi.Russin@va.gov by 12:00 PM ET on 9/11/2024. The email shall identify Solicitation 36C24224Q0959. Offerors that do not adhere to these instructions may be determined to be incomplete and, therefore, risk being rejected without further consideration for award. Offer submissions must include: EVALUATION FACTOR SUPPORTING DOCUMENTS: Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities Technical Capability will be determined on the basis of the qualification of the quoter that are detailed in the quoter s capability statement. Quoter must provide a technical capability statement of 15 pages or less demonstrating it has trained personnel, equipment, and working experience in providing Three-Year Electrical Inspecting and Testing services. Documentation must include proof of providing work on at least three (3) contracts of similar nature, scope, complexity, difficulty, and size to that which will be supplied to the work detailed in the SOW for this requirement. Quoter must provide proof/certification/licensure that it is a certified/licensed business to conduct Three-Year Electrical Inspecting and Testing services in accordance with VHA Directive 1028: Facility Electrical Power Systems and in compliance with The Joint Commission, OSHA, and NFPA electrical standards. This includes National Fire Protection Association (NFPA) codes; NFPA 70 - National Electrical Code, NFPA 70B - Recommended Practice for Electrical Equipment Maintenance, NFPA 70E - Standard for Electrical Safety in the Workplace, NFPA 99 - Health Care Facilities Code, NFPA 101 - Life Safety Code, NFPA 110 - Standard for Emergency and Standby Power Systems, NFPA 111 - Standard on Stored Electrical Energy Emergency and Standby Power Systems. Additionally, quoter must provide proof/certification/licensure that supervising Field Service Engineers and all other testing Technicians are accredited as a Certified Electrical Test Technologist by the NICET (National Institute for Certification on Engineering Technologist) of the NETA (National Electrical Testing Association) unless they have high qualifications, such as a BS degree or higher provided they demonstrate they have required specialized knowledge and at least five years experience in testing switchgear and power distribution systems. (2) Past performance: Quoter will be evaluated on how well their past performance information supports that they are a capable vendor who can adequately perform services of this scope and complexity without issues with performance. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. Quoter must provide at least three (3) past performances references for contracts of similar nature, scope, complexity, difficulty, and size to that which will be supplied to the work detailed in the SOW for this requirement. (3) Price: The government will evaluate quotes for award purposes based on the pricing for the total requirement. Quotes for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. END OF ADDENDUM (ix) The provision at FAR 52.212-2, Evaluation Commercial Items (November 2021), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, considering technical capability, past performance, and price. A Technical Evaluation Team comprised of representatives of the Department of Veterans Affairs will evaluate the proposals. The identities of the Technical Evaluation Team are confidential, and any attempt by the offerors to contact these individuals is prohibited. The evaluation will be based on the content of the proposal and any subsequent discussions, if necessary, as well as information obtained from other sources, e.g. past performance information. Quoters are advised that the technical evaluation and rating of proposals will be conducted in strict confidence in that technical and past performance proposals are reviewed and rated without knowledge of the price offered. During deliberation, the number and identities of quoters are not revealed to anyone who is not involved in the evaluation and award process or to other quoters. Quotes will be evaluated based on the factors described herein, and award will be made to the responsive responsible quoter whose offer in conformance with this solicitation, results in the best value to the Government, price and other factors considered. The evaluation process essentially consists of two parts: Technical/Past Performance Evaluation and Price Evaluation. 1. Technical/Past Performance Evaluation: Proposals shall be evaluated against the Evaluation Factors and Criteria. 2. Price Evaluation: The CO will evaluate price proposals independent of the technical/past performance evaluation. The Technical Evaluation Team will not have access to price information until completion of the technical/quality evaluation. NOTE: Price/Technical Trade-off Analysis: Once above evaluations are complete, the Technical Evaluation Team will compare the relative advantages and disadvantages of technical proposals and weigh against the prices. Technical Approach and Past Performance are equal and when combined are significantly more important than Price. The Technical Evaluation Team will then consider all factors and recommend an awardee to the CO, the quote offering the best value to the Government. The CO s decision shall be based on a comparative assessment of proposals against all source selection criteria in the solicitation. The government shall evaluate information based on the following evaluation criteria. Evaluation Factors: Technical Capability: Technical capability is defined as a quoter s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities.A Contractor shall provide a maximum 15-page capability statement demonstrating it has trained personnel, equipment and working experience and ability to meet all the requirements of the Statement of Work (SOW) A) Technical Proficiency: Quoter shall submit a proposal that verifies it is a firm that specializes in providing Three-Year Electrical Inspecting and Testing services. The proposal shall be comprehensive and demonstrates its understanding of the requirement and not a copy and paste of the SOW requirements. It shall outline the contractor s ability to perform the services adequately and satisfactorily in accordance with the SOW and the extent to which potential risks are identified and mitigated. B) Contractor Experience: The quoter shall provide three (3) instances of past-experience similar in nature, scope, complexity, difficulty, and size to that which will be supplied under the prospective contract contemplated by this solicitation. The experience shall reflect of no less than three (3) years of experience in providing Three-Year Electrical Inspecting and Testing services. C) Licensing/Certifications:A Quoter will be evaluated on how well they meet the requirement to provide proof that it is a licensed business to providing Three-Year Electrical Inspecting and Testing services in accordance with VHA Directive 1028: Facility Electrical Power Systems and in compliance with The Joint Commission, OSHA, and NFPA electrical standards. This includes National Fire Protection Association (NFPA) codes; NFPA 70 - National Electrical Code, NFPA 70B - Recommended Practice for Electrical Equipment Maintenance, NFPA 70E - Standard for Electrical Safety in the Workplace, NFPA 99 - Health Care Facilities Code, NFPA 101 - Life Safety Code, NFPA 110 - Standard for Emergency and Standby Power Systems, NFPA 111 - Standard on Stored Electrical Energy Emergency and Standby Power Systems. Additionally, quoter must provide proof/certification/licensure that supervising Field Service Engineers and all other testing Technicians are accredited as a Certified Electrical Test Technologist by the NICET (National Institute for Certification on Engineering Technologist) of the NETA (National Electrical Testing Association) unless they have high qualifications, such as a BS degree or higher provided they demonstrate they have required specialized knowledge and at least five years experience in testing switchgear and power distribution systems. Past performance: Quoter must provide three references for contract of similar scope and magnitude to be evaluated. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The quoters Past Performance shall also be reviewed in PPIRs; Quoter s with no past performance shall receive a neutral rating for this evaluation factor.A Price: The government will evaluate quotes for award purposes based on the pricing for the total requirement. Quotes for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. Options: The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the quote s specified expiration in 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. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. The Government intends to make award without discussions. However, the Government reserves the right to request clarification of quotes to resolve minor or clerical errors. Clarifications are limited exchanges between the Government and quoters that may occur when award without discussions is contemplated. Quoters may be given the opportunity to clarify certain aspects of their quote to resolve these minor or clerical errors without changing substantive aspects of the quote, such as technical capability and/or price. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) FAR 52.212-4, Contract Terms and Conditions Commercial Items Nov 2021 applies to this acquisition. The following clauses are incorporated into Addendum to FAR 52.212-4, 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) - 852.201-70 Contracting Officer s Representative (DEC 2022) - 852.203-70 Commercial Advertising. - 852.219-73 VA Notice to Total Set-Aside for Certified Service-Disabled Veteran- Owned Small Businesses (JAN 2023) (DEVIATION) - 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) - 852.232-72 Electronic Submission of Payment Requests - 852.242-71 Administrative Contracting Officer (OCT 2020) (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2022) The following subparagraphs of FAR 52.212-5 are applicable: 52.203-17 Contractor Employee Whistleblower Rights (Nov 2023) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) 52.219-13 Notice of Set-Aside of Orders (MAR 2020) 52.219-27 Notice of Set-Aside for, or Sole Source to, Service-Disabled Veteran-Owned Small Business (SDVOSB) Concerns Eligible Under the SDVOSB Program (FEB 2024) 52.219-28 Post Award Small Business Program Representation (NOV 2020) 52.219-32 Orders Issued Directly Under Small Business Reserves (MAR 2020) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class: 23160 Monetary Wage-Fringe Benefits: WG-10 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xiii) The Service Contract Act of 1965 does apply to this procurement. (xiv) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy. All quotations shall be sent ONLY to Levi Russin at Levi.Russin@va.gov This is a Total Service-Disabled Veteran-Owned Small Business Set-Aside Open-Market solicitation for Three-Year Electrical Inspecting and Testing services for the Albany Stratton VA Medical Center as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 12:00 PM ET on 9/11/2024 at Levi.Russin@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted. Request for information (RFI) shall be received no later than 12:00 PM ET on 9/5/2024. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist Levi Russin at Levi.Russin@va.gov. All communication shall have RFQ number and requirement title in the subject line. Point of Contact Levi Russin, Contract Specialist Levi.Russin@va.gov

Post-Bid

Medical

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
276
Active Projects
141
Bidding Soon
2,169
All Active Projects
900
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

September 13, 2024

October 30, 2024

img_map_placeholder

113 Holland Ave, Albany, NY


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.