H261--ATS (AUTOMATIC TRANSFER SWITCHES) Maintenance and Testing

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Vermont
Type of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Posted: Mar 27, 2024
Due: Apr 3, 2024
Solicitation No: 36C24124Q0373
Publication URL: To access bid details, please log in.
Follow
H261--ATS (AUTOMATIC TRANSFER SWITCHES) Maintenance and Testing
Active
Contract Opportunity
Notice ID
36C24124Q0373
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 27, 2024 12:17 pm EDT
  • Original Response Date: Apr 03, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H261 - EQUIPMENT AND MATERIALS TESTING- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 335313 - Switchgear and Switchboard Apparatus Manufacturing
  • Place of Performance:
    White River Junction VAMC White River Junction , VT 05001
    USA
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation.
If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 335313, (Switchgear and Switchboard Apparatus Manufacturing) with a size standard 1250 employees. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing services to perform annual maintenance on (28) ASCO Automatic Transfer Switches for the White River Junction VAMC per the Performance Work Statement below.
This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy.
Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 5:00 PM EST, 03 April 2024. All responses under this Sources Sought Notice must be emailed to Kenya Mitchell at Kenya.Mitchell1@va.gov and David Valenzuela at David.Valenzuela2@va.gov with RFQ # 36C24124Q0341 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format.



Attachment 1
Sources Sought Worksheet
QUALIFICATION INFORMATION:
Company / Institute Name: _______________________________________________________
Address: ______________________________________________________________________
Phone Number: ________________________________________________________________
Point of Contact: _______________________________________________________________
E-mail Address: ________________________________________________________________
Unique Entity Identifier (UEI) #:Â ___________________________________________________
CAGE Code: __________________________________________________________________
SAM Registered: (Y / N)
Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
SOCIO-ECONOMIC STATUS:
VIP Verified SDVOSB: (Y / N)
VIP Verified VOSB: (Y / N)
8(a): (Y / N)
HUBZone: (Y / N)
Economically Disadvantaged Women-Owned Small Business: (Y / N)
Women-Owned Small Business: (Y / N)
Small Business: (Y / N)
NOTE: Respondent claiming SDVOSB and VOSB status shall be registered, and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION.
CAPABILITY STATEMENT:
Provide a brief capability and interest in providing the products as listed in Attachment 2 PERFORMANCE WORK STATEMENT with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation.
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________


Attachment 2
PERFORMANCE WORK STATEMENT
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
Normal working hours are from 7:30 AM to 4:30 PM.
Work performed after hours may be scheduled if deemed necessary.
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:
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.
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:
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.
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.
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.
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.
Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.
The Government Agency owns the rights to all data/records produced as part of this contract.
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.
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.].
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
  • Mar 27, 2024 12:17 pm EDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

MeroBridgeBid_VershireVT Vershire, Town of Close Date: 5/31/2024 5:00:00 PM

State Government of Vermont

Bid Due: 5/31/2024

3/7/2024 Request for Proposals: Supply and Install of Thermoplastics on Airport Taxiways PATRICK

State Government of Vermont

Bid Due: 5/24/2024

Follow Construction Manager as Constructor (CMc) Services for the Land Port Of Entry

GENERAL SERVICES ADMINISTRATION

Bid Due: 5/09/2024

Traffic Control Services 2024 Agency of Transportation - Contract Administration Close Date:A 5/2/2024

State Government of Vermont

Bid Due: 5/02/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.