Repair 2000 and 4000 AMP ATS
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This anno... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. a. Solicitation number: HQ0516915424 is issued as a request for quotation (RFQ). b. The solicitation document and incorporated provisions and clauses are those in effect through both Federal Acquisition Circular 2019-02TA, effective 06 May 2019 and DFARS Change Notice 20190215. c. This procurement is a brand name associated with NAICS Code 335313 (Switchgear and Switchboard Apparatus Manufacturing) with size standard of 1250 employees. This procurement is under the simplified acquisition threshold and is a 100% Small Business (SB) set aside IAW FAR 19.502-2. d. Description (Note: The Government reserves the right to award only one contract for the following items and USA part number eligible for USA manufacturer warranty. No gray market items, authorized USA distributor only): SEE ATTACHED PWS AND CLIN STRUCTURE FOR DESCRIPTION OF ITEMS. Performance Work Statement Repair 2000 and 4000 AMP ATS and Main Power Distribution Switch Gear Defense Media Activity (DMA) 23755 Z. Street Riverside, Ca 92518 General Information: Scope of Work" prior to starting any work. All work will be coordinated with Facilities Management Department with no disruption to the electrical system or any components. 1.0 GENERAL REQUIREMENTS 1.1. Repair personnel must be factory certified and experienced in the repair Power Command commercial industrial power systems. 1.2. Contractor must be authorized for the service of Cummings\General Electric (GE) ATS systems and Square "D" main power distribution switch gear center by the manufacture. 1.3. All parts supplied must be factor authorized. 1.4. The contractor expressly warrants that all goods and services to be furnished pursuant to any contract awarded it arising from the Bid will conform to the descriptions and specifications contained herein and in supplier catalogs, product brochures and other representations, depictions or models, and will be free from defects, of merchantable quality, good material and workmanship. 1.5. Contractor expressly warrants that all goods and services from manufacture to be furnished pursuant to such award will be fit and sufficient for the purpose(s) intended. 1.6. This warranty shall survive any inspections, delivery, acceptance or payment by the Government. The Offeror agrees that the Offeror shall guarantee all work and services furnished hereunder for a period of 365 days from the date of acceptance by the Government. SECTION 1A-TASK REQUIREMENTS Task One (1) Perform 2000 and 4000 AMP ATS manual bypass repairs\replacement. The Contractor is to perform the following: ? Secure 200 & 4000 AMP ATS. ? Commence repairs\replacement on GE 4000 AMP ATS manual bypass. ? Properly Program ATS ? Verify system phase rotation. ? Perform commissioning test. ? Test ATS and electrical system for proper operation and alignment. ? Obtain UL inspection and certification. Task Two (2) Perform Main Power Distribution Switch Gear Repair ? Inspect Main motor control center. ? Remove and replace out dated\worn systems ? Install new distribution center panels ? Commission new center ? Perform ARC flash study ? Test new center SECTION 1B - SPECIAL REQUIREMENTS 1B.1 Coordination. All written contracts between the contractor and DMA shall be coordinated through the Contracting Office and his/her designated representative. The Contracting Officer Representative (COR) shall be kept informed and advised on building work associated with this project. 1B.2 Working Hours. The DMA-R facility is operated 24/7/365; however, normal working hours are from 7AM to 4PM, the timeframe expected for this work to be performed. Any deviations from normal work hours must be approved by the COR prior to start of work. 1B.3 Ingress and Egress to Work Area. The COR shall direct all ingress and egress to the work area. Security precautions against unauthorized facility entrance will be maintained. 1B.4 Security Requirements. The DMA-R is a secured facility and access to the interior is restricted to DMA personnel and authorized visitors only. Therefore, all work included in this contract shall be coordinated to preclude interference with the operation of the facility. The contractor shall coordinate this with the COR. The contractor shall examine the premises and satisfy himself/herself as to the existing conditions under which he/she will be obligated to perform the work included in this contract. The DMA is under Security measures at all times. All critical areas are controlled and security will be maintained. The contractor will provide a list of all personnel, which will be entering the facility to do generator repair work, to the Contracting Officer and the COR. 1B.5 Property Damage. The contractor shall take all precautions to avoid damage to Government property or equipment. Any damage to Government property or equipment by the contractor shall be repaired by the contractor to its original state or better condition at no additional expense to the Government. 1B.6 Parking of Contractor Vehicles. All personnel will park their vehicles in the designated area(s) away from the building and all access doors or as authorized by the COR. Materials and tools may be off-loaded at the work area by prior arrangements/discussion with the COR. 1B.7 Storage of Materials. The contractor shall store all materials in a manner to protect building personnel as well as from all elements of the weather. Storage of reasonable quantities of material, supplies and tools on site is permissible, per discussion/agreement with the COR. The DMA is not responsible for the security of the materials, supplies and tools owned by the contractor. 1B.8 Site Visit. The contractor shall take steps necessary to ascertain the nature of the work and satisfy themselves to the conditions that can affect the work. No subsequent extras will be allowed due to any claim of lack of knowledge for conditions that can be determined by examining the site. Site visits can be arranged by contacting the Contracting Office, at least 24 hours prior to the planned visit. 1B.9 Compliance with Local Codes and Other Codes. The contractor shall comply with local and other codes of standard trade practices adopted by these contract documents. Where the requirements of the specifications and drawings exceed those of the local and adapted codes, the contractor shall comply with the requirements of the specifications and drawings. 1B.10 Fire Protection. The contractor shall have an equivalent of two 20 lb. Class A, B and C fire extinguishers in the work area through the progress of the job. 1B.11 Cleaning. The contractor shall keep the working area in a clean and proper condition, as much as reasonably possible. All rubbish and waste resulting from the execution of the work shall be removed at the end of each day. Immediately after unpacking, all packing materials shall be removed from the building and the premises. Upon completion of work and before final inspection, the contractor shall remove his/her working tools, equipment, debris, rubbish and unused materials from the building site. Disposal of rubbish and debris will be offsite and at no additional cost to the DMA. 1B.12 Non-interference with Existing Facility Operations. Access to the facility shall be kept unobstructed at all times. If any interference with the existing facility operation or access seems to be unavoidable, the contractor shall advise the Contracting Officer via the COR at least 24 hours before such interference. DMA reserves the right to stop work at any time if the operation of this facility is jeopardized by the contractor's work. This facility maintains air traffic control without shutdown. Various techniques are employed to achieve maximum system availability. Mechanical and electrical systems in direct support of air traffic operation and environmental systems have redundant configurations. There will be no shutdown of equipment during the system test. The reliability of mechanical and electrical systems is compromised when redundant equipment is not available. Every effort will be made by the DMA to allow work to be accomplished during normal working hours. 1B.13 Other Contracts. The Government may undertake other contracts for additional work at or near the site of the work under this contract. The contractor shall fully cooperate with other contractors and with the Government employees and shall adapt scheduling and performing the work under this contract to accommodate the other work. The contractor shall not commit or permit any act that will interfere with performance of work by any other contractor or by Government employees. 1B.14 Contractor's Liability. Damage to the existing facility or equipment caused by the contractor shall be immediately reported to the COR immediately. The contractor shall be responsible for repairing or having repaired all damaged areas of the facility or equipment directly caused by contractor related work. All repairs shall be accomplished, immediately, at the contractor's expense to the satisfaction of the COR. 1B.15 Permits. The contractor shall be responsible for obtaining all city, county, state, etc. permits, if required, to complete the project, at no additional cost to the Government. 1B.16 Material. All equipment, material, and articles incorporated into the work covered by this contract shall be manufacture recommendations and in good working order and calibrated, if required, within specifications and calibration dates, and the most suitable grade for the purpose intended. References in the specifications to material, articles, or patented processes by trade name, make, or catalog number, shall be regarded as establishing a standard of quality and shall not be construed as limiting competition. The contractor may, at his option, use any equipment, material, article or process equal to that named in the specifications, unless otherwise specifically provided in this contract. 1B.17 Workmanship. The contract shall be accomplished by workers experienced in each trade in accordance with the highest standards of the various trades involved. The DMA COR must approve all details to assure the professional and complete project, whether stated in the specifications or not. The COR may require, in writing, that the contractor will remove from the work site any employee the COR deems incompetent, careless or otherwise objectionable. 1B.18 Superintendence by the Contractor. At all times during the performance of this contract and until the work is completed and accepted, the contractor shall directly oversee the work on site or assign and have on site, a competent supervisor who has the authority to act for the contractor. 1B.19 Guarantees. The contractor shall guarantee that all work performed under this contract to be free from defects in all materials and workmanship for a period of 12 months from the date of final acceptance by the Government. 1B.20 Responsibilities. If within the warranty period, such parts or work performed under this contract is found to be defective in materials or workmanship, that portion of work shall be replaced by the contractor immediately without additional cost to the Government. SECTION 1C - SUBMITTALS 1C.1 Submittals. The contractor shall submit the following: 1. Detailed Work Plan 2. Detailed concerning the proposed hardware to be supplied 3. Emergency Response Plan 4. Safety Program 5. List of Employees 1C.2 Work Plan. The contractor shall prepare a detailed work plan for this Cummings\GE ATS repair\replacement. This work plan shall cover all the procedures that the contractor will use to complete the project, and shall be provided to the DMA before test work begins. All required submittals shall be provided to the Contracting Officer at the following address: DEFENSE MEDIA ACTIVITY - RIVERSIDE Contracting Office 23755 Z Street Riverside, CA 92518-2073 SECTION 1D - WASTE 1D.1 Waste Disposal. All waste shall be controlled/monitored/secured at all times, then properly transported and disposed of in a California approved landfill. The contractor is solely responsible for proper packaging, temporary storage, transport and disposal of waste generated as the result of this project, including any hazardous waste. SECTION 1E - WORK COMPLETION AND RESTORATION 1E.1 Restoration. Contractor will repair\replace 4000 AMP ATS manual bypass, main power distribution switchgear system and associated operation equipment. Perform Standard Quality Assurance & Safety Check and testing to insure proper operation of the complete electrical system and provide spec sheets upon completion of installation. CLIN # 0001 Purchase Request # Repair 4000 AMP ATS and Main Power Distribution Switch Gear Qty 1 Price Total Price CLIN # 0002 Purchase Request # Repair 2000 AMP ATS Bypass Qty 1 Price Total Price FOB DESTINATION 30 DAYS ARO: Delivery Address: HQ0030 MICHAEL JOHNSON 14855 6TH STREET BLDG 2755 RIVERSIDE CA 92518-2221 f. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (Jan 2017) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. g. FAR Provision 52.212-2 Evaluation - Commercial Items (OCT 2014) applies with the following insertion at paragraph (a): Technical, Past Performance, and Price; with award being made to the lowest priced responsible, responsive Offeror, with acceptable past performance, meeting the requirements of this combined synopsis/solicitation. Technical evaluation will be based on the Offeror's certification that it is a Manufacturer Authorized Partner and that it has the certification/ specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer certification/ specialization requirements. Past Performance will be verified by checking the Offeror's information on Government past performance websites (i.e. PPIRS) and by checking the Offeror's status on the Excluded Parties List System (EPLS). Offerors are reminded that the Government reserves the right to obtain past performance information from any source available. Offerors will be given the opportunity to respond to any negative past performance information received. It is the responsibility of all interested offerors to review site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management (SAM) in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. h. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (Nov 2017). Electronic submission is located at https://www.sam.gov. i. This order will include the following referenced clauses, which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (Jan 2017) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (Nov 2017) FAR 52.219-6 -- Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (Nov 2016) FAR 52.222-50 -- Combating Trafficking in Persons. (MAR 2015) FAR 52.225-5 Trade Agreements (Oct 2016) FAR 52.225-6 Trade Agreements Certificate (MAY 2014) FAR 52.225- 18 Place of Manufacture (MAR 2015) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) DFARS 252.204-7004 Alt A (System for Award Management) (FEB 2014)DFARS 252.204- 7007 (Alternate A, Annual Representations and Certification (JAN 2015) DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016) DFARS 252.232- 7003 (Electronic Submission of Payment Request) (JUN 2012) DFARS 252.232-7006 (Wide Area Work Flow Payment Instructions (MAY 2013) DFARS 252.246-7000 (Material Inspection and Receiving Report) (MAR 2008) Applicable FAR and DFARS clauses required by regulations, in addition to Local DMC clauses, 52.0100- 4028 (Contract Contact Information) (DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006) will be included. Include the attached provision in all solicitations that will use funds made available by the Continuing Appropriations Act, 2014 (Pub. L. 113-46), including solicitations for the acquisition of commercial items under FAR part 12. 52.0100-4094 MARKING INSTRUCTIONS FOR ALL ITEMS TO INCLUDE DROP SHIP AND DIRECT SHIPMENT (DMA)(FEB 2017) The Contractor shall attach two (2) copies of a detailed packing list with each box or container with unlike items where the full description of the contents is not authorized or cannot be shown. Include one (1) copy of the packing list inside the box or container and attach one (1) copy of the packing list on the outside of the box or container. The outside of the box or container must also include the complete shipping address as provided in the schedule and the Contract/Purchase/Delivery Order number located on Page 1 of this document. The packing list shall contain the following information: (a) Contract number/Purchase Order number or Delivery Order number (b) Package number and set number (if any) of the container. (c) A list of the contents, which shows the quantity by item, item description, part number, type and size, unit of issue if other than each. NOTE! The government WILL NOT ACCEPT items shipped without a packing list especially when the content of the package is unidentifiable; rejected items will be returned at the contractor's expense. INCOMPLETE DELIVERIES Incomplete delivery refers to the incomplete shipment of a unit of issue of an individual contract line item (CLIN). Such incomplete or fragmented delivery of any part of a CLIN is not authorized and will not be accepted. Each item (CLIN), including all components and sub-items, is to be delivered complete. Where sub-line items are reflected as component parts of an item, all sub-line items must be delivered simultaneously to form the complete item. Note! The government WILL NOT ACCEPT items shipped as incomplete unit of issue of an individual contract line item (CLIN). Rejected items will be returned at the contractor's expense. j. PLEASE FOLLOWING INSTRUCTIONS - QUOTATIONS ARE DUE BY THE DATE LISTED ON THE FBO ANNOUNCEMENT. Send quotation responses to Jesus Feliciano at Jesus.Feliciano3.civ@mail.mil. On the Subject line of the e-mail insert "QUOTE # HQ0516915424. Repair 4000 AMP ATS and Main Power Distribution Switch Gear" to expedite identification of your quote. For assistance or questions about this announcement may be telephonically addressed at (951) 413-2406. PLEASE NOTE: Due to technical issues, email and fax may not result in your quotation arriving before the cut-off time so please allow extra time if you are sending your quote via electronic means. Primary Point of Contact: Jesus Feliciano Contract Specialist Jesus.Feliciano3.civ@mail.mil Phone: 951-413-2406 Secondary Point of Contact: Raushanah L. Pendleton Contracting Officer Raushanah.l.pendleton.civ@mail.mil Phone: 951-413-2371 Contracting Office Address: DMA -CONTRACTING 23755 Z Street Riverside, California 92518-2031 Vendor's Name: Vendor's Address: Phone Number: E-mail address: APPROVED FOR FBO PUBLICATION PENDLETON.RA Digitally signed by USHANAH.LAJ PENDLETON.RAUSHAN AH.LAJOI.1170116760 OI.1170116760 Date: 2019.06.07 10:31:04 -07'00' RAUSHANAH L. PENDLETON CONTRACTING OFFICER HQ05169157194 HQ0516915424 This Performance Work Statement (PWS) addresses procedures for Automatic Transfer Switch (ATS) repair and Main Power Distribution Switchgear. The Contractor will provide all labor, materials and supervision required to perform the inspection, repair, testing and commissioning for the 4000 AMP ATS manual bypass and main distribution switchgear center, located throughout Bldg. 2730 DMA, Riverside. The Contractor shall maintain all Environmental, Fire, Safety and Electrical required measures throughout installation. Provide schedules and plans prior to commencement of work. Contractor must follow and submit appropriate forms as outlined in the Defense Media Activity (DMA) "FMD
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »