J061--ATS (AUTOMATIC TRANSFER SWITCHES) Maintenance and Testing

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Vermont
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159761885159173
Posted Date: Apr 11, 2024
Due Date: Apr 26, 2024
Solicitation No: 36C24124Q0448
Source: Members Only
Follow
J061--ATS (AUTOMATIC TRANSFER SWITCHES) Maintenance and Testing
Active
Contract Opportunity
Notice ID
36C24124Q0448
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 11, 2024 11:35 am EDT
  • Original Date Offers Due: Apr 26, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: J061 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 335313 - Switchgear and Switchboard Apparatus Manufacturing
  • Place of Performance:
    White River Junction VAMC 163 Veterans Drive White River Junction , VT 05001
    USA
Description


Combined Synopsis Solicitation White River Junction VAMC ATS (AUTOMATIC TRANSFER SWITCHES) Maintenance and Testing
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.
(iv) The Government intends to award a firm-fixed price award for ATS (AUTOMATIC TRANSFER SWITCHES) Maintenance and Testing services at the White River Junction VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission.
(v) The Contractor shall provide all resources necessary for ATS (AUTOMATIC TRANSFER SWITCHES) Maintenance and Testing services IAW the attached Performance Work Statement (PWS). Please see the attached PWS for full requirement details.
(vi) The Place of Performance is White River Junction VAMC as described per the PWS.
(vii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7 System for Award Management (OCT 2018); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
(viii) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement.
Submission of Quotes:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered.
(2) Offerors shall submit their quotes electronically via email to Kenya Mitchell at kenya.mitchell1@va.gov.
(3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is Friday, 19 April 2024 at 5:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer.
SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer.
VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time.
(x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy.
(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition in addition to the following addenda s to the clause: 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), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021), 852.203-70 Commercial Advertising (MAY 2018), 852.219-73 VA Notice to Total Set-Aside for Certified Services-Disabled Veterans-Owned Small Business (JAN 2023), 852.232-72 Electronic Submission of Payment Requests (NOV 2018), 852.241-71 Administrative Contracting Officer (OCT 2020)
Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.
(xii) Clause at 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (Wage Determination Applicable Massachusetts Middlesex County WD #2015-4047 Rev 22 122722 posted on sam.gov), 52.222-55, 52.222-62
(xiii) All contract requirement(s) and/or terms and conditions are stated above.
(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.
(xv) RFQ responses are due Friday, 26 April 2024 by 5:00 PM EST. RFQ responses must be submitted via email to: Kenya Mitchell at kenya.mitchell1@va.gov. Hand deliveries shall not be accepted.
(xvi) The POCs of this solicitation is Kenya Mitchell at Kenya.Mitchell1@va.gov


PRICE SCHEDULE
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Automated Transfer Switch Maintenance and Testing
Contract Period: Base
1.00
YR
__________________
__________________
1001

Automated Transfer Switch Maintenance and Testing
Contract Period: OY 1
1.00
YR
__________________
__________________
2001
Automated Transfer Switch Maintenance and Testing
Contract Period: OY 2
1.00
YR
__________________
__________________
3001
Automated Transfer Switch Maintenance and Testing
Contract Period: OY 3
1.00
YR
__________________
__________________
4001
Automated Transfer Switch Maintenance and Testing
Contract Period: OY 4
1.00
YR
__________________
__________________


GRAND TOTAL
__________________




PAST PERFORMANCE WORKSHEET (Provide 3)
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors:

PERFORMANCE WORK STATEMENT
DEPARTMENT OF VETERANS AFFAIRS
Project Name: ATS Maintenance and Repairs
Place of Performance:
White River Junction VAMC
163 Veterans Drive
White River Junction, VT 05001

Period of Performance:
The period of performance will be one (1) year from contract award, with the option to extend for four (4)
option years.

Work Schedule
1. Normal working hours are from 7:30 AM to 4:30 PM.
2. Work performed after hours may be scheduled if deemed necessary.
3. In order to maintain schedule, work performed over the weekend, may be allowed. Contractor to
coordinate these efforts with VA COR with a minimum 48-hour notice.

Project Scope
The White River Junction VA Healthcare System requires the services of a qualified firm to provide services to perform annual maintenance on (28) ASCO Automatic Transfer Switches.
This work must be completed by a ASCO trained and certified technician.
The Contractor shall also be responsible for all damages to persons or property that occurs as a result of the Contractor s fault or negligence.
The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract.
Work shall be completed in conformance with the time schedule requested by the VA Contracting Officer s Representative (COR). The Contractor is solely responsible for preparing all necessary regulatory notifications to meet the time schedule.

Tasks and Requirements
Work is to include the following:
De-energize or by-pass the ATS.
Remove the arc shuts, pole covers, and perform visual inspections of the main and arching contacts.
Test and recalibrate all trip-sensing and time-delay functions in the ATS. Make adjustments as needed.
Vacuum the accumulated dust from the ATS and accessory panels. Do not use compressed air.
Inspect for signs of moisture or signs of previous wetness and dripping.
Inspect for signs of rodents.
Clean grime with an approved solvent (consult the OEM for approved solvent).
Inspect all insulating parts for cracks or discoloration due to excessive heat. Replace as necessary.
Inspect all main arcing contacts for erosion. Replace as necessary.
Inspect all main current-carrying contacts for pitting and discoloration due to excessive heat. Replace as necessary.
Inspect all control relay contacts for excessive erosion and discoloration due to excessive heat. Replace as necessary.
Manually operate the main transfer movement to check for proper contact alignment, deflection, gap, and wiping action.
Check all cable and control wire connections and torque to specifications as necessary.
Re-energize the ATS and conduct a test by simulating a normal source failure.
Perform an infrared scan.
Report for each ATS will be generated at completion of maintenance. One paper copy and one electronic copy will be required.

Parts/Install:
1. The contractor shall be responsible to make all repairs and adjustment necessary. Repairs are
defined as unscheduled work required to prevent a breakdown or malfunction of an item of
equipment, to put a system or a subsystem back in service after a breakdown or malfunction, or
installation of new equipment as needed.

2. The contractor shall provide all replacement or repair parts, where such parts have a purchase
value to the Government (excluding installation labor) of $200.00 or less. Labor to install all parts
and to perform repairs, except for 3rd party damage, shall be include in the monthly maintenance
costs but parts less than$10,000.00 will be invoiced through a separate CLIN for Parts. Repairs
with parts greater than $10,000.00 shall be approved by the COR prior to commencement of
work. All other repairs shall be approved by the COR prior to commencement of work.

Privacy Statement
Information Security: The C&A requirements do not apply; a Security Accreditation Package is not
required. Incidental exposure to protected health information may occur from accessing the work site.
Staff will follow all Privacy & Security policies and procedures.

Record Management
The following standard items relate to records generated in executing the contract and should be included
in a typical procurement contract:

1. Citations to pertinent laws, codes, and regulations such as 44 U.S.C chapters 21, 29, 31 and 33;
Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C.552a); 36 CFR Part 1222 and
Part 1228.

2. Contractor shall treat all deliverables under the contract as the property of theU.S. Government
for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such
data contained therein as it determines to be in the public interest.

3. Contractor shall not create or maintain any records that are not specifically tied to or authorized
by the contract using Government IT equipment and/or Government records.

4. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains
information covered by the Privacy Act of 1974 or that which is generally protected by the
Freedom of Information Act.

5. Contractor shall not create or maintain any records containing any Government Agency records
that are not specifically tied to or authorized by the contract.

6. The Government Agency owns the rights to all data/records produced as part of this contract.

7. The Government Agency owns the rights to all electronic information (electronic data, electronic
information systems, electronic databases, etc.) and all supporting documentation created as part
of this contract. Contractor must deliver sufficient technical documentation with all data
deliverables to permit the agency to use the data.

8. Contractor agrees to comply with Federal and Agency records management policies, including
those policies associated with the safeguarding of records covered by the Privacy Act of 1974.
These policies include the preservation of all records created or received regardless of format
[paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft,
final, etc.].

9. No disposition of documents will be allowed without the prior written consent of the Contracting
Officer. The Agency and its contractors are responsible for preventing the alienation or
unauthorized destruction of records, including all forms of mutilation. Willful and unlawful
destruction, damage or alienation of Federal records is subject to the fines and penalties imposed
by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or
destroyed without regard to the provisions of the agency records schedules.
Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual
relationship (sub-contractor) in support of this contract requiring the disclosure of information,
documentary material and/or records generated under, or relating to, this contract. The Contractor (and
any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and
proprietary information.

Appendix
Equipment
Catalog Number
Serial Number
ATS 1-1
E7ATBA3260C5XC
319254
ATS 1-2
E7ATBA3400C5XC
278696 FP
ATS 1-3
E7ATBA3260C5XC
278695 FP
ATS 1-4
E7ATBA3400N5XC
280220
ATS 1-5
J7ATB3260N5XC
608568
ATS 2-1
J7ATBB3600N5XC
932455 WE
ATS 8-1
E7ATSA3260C5XC
223967-001 FP
ATS 8-2
D7ATSA3100C5XC
544956 RE
ATS 28-1
J7ATBA3150N5XC
544955-001 WE
ATS 28-2
J7ATBA3150N5XC
544955-002 WE
ATS 31-1
E7ATBA3260N5XC
319253-004 FP
ATS 31-2
H7ATBA3600N5XC
274868 FP
ATS 31-3
E7ATBA3260N5XC
319253-001 FP
ATS 31-4
E7ATBA3260N5XC
319253-002 FP
ATS 31-5
E7ATBA3260N5XC
319253-003 FP
ATS 31-6
J7ATBC3400N5XC
443729 FP
ATS 31-7
J7ATBA3260N5XC
1030231 WE
ATS 37-1
H7ATS3800N5XC
957114 RE
ATS 39-5
J7ATBA3230N5XC
593978-001
ATS 39-6
J7ATBA3230N5XC
593978-002
ATS 39-7
J7ATBA3400N5XC
593977
ATS 45-1
E940340097XC
FP94995-2
ATS 45-2
E940360097XC
993517
ATS 45-3
J7ATSB3600N5XC
932526 RE
ATS 88-1
H7ATBB3800C5XC
778403 WE
ATS 88-2
J7ATBB3260C5XC
778402-001
ATS 88-3
J7ATBB3260C5XC
778402-002
BLDG. #67
J7ATBB3260N5XC
1073585 WE
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 11, 2024 11:35 am EDTCombined Synopsis/Solicitation (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 >