Similar Projects
USACE, Tulsa District WOSB MATOC
New Construction
Design
Less than $49,500,000 est. value

IDIQ Express Menu Small Project Construction Services - Western Oklahoma
New Construction
Design

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

OMD JFHQ Civil Support Team Remodel Phase 1
Renovation
Post-Bid
Oklahoma City, OK 73111

RFQ D/B - KC-46A 3-Bay Maintenance Hangar at Tinker AFB, Oklahoma
New Construction, Infrastructure
Post-Bid
$150,000,000 CJ est. value
Oklahoma City, OK 73145

Building 118 Remodel
Renovation
Results
$397,418 est. value
Oklahoma City, OK

MRI Trailer for Tinker Afb
Renovation
Results
Oklahoma City, OK 73145

Upgrade Existing Fire Alarm System
Renovation
Design
$2,000,000 CJ est. value
Oklahoma City, OK 73104

VA Medical Center EHRM Training and Administrative Support Space - Oklahoma City
Renovation - 7,700 SF
Bidding
$5,000,000 CJ est. value
Oklahoma City, OK 73104

JFHQ Building 3501 Modernization - Phase 2 & 3 - Select Trades
Renovation
Post-Bid
$500,302 est. value
Oklahoma City, OK 73111

Oklahoma Childrens Hospital - New Behavioral Health Center
New Construction, Infrastructure
Design
$90,000,000 CJ est. value
Oklahoma City, OK 73102

POL Line and ADAL Fuel Yard Tinker Air Force Base (TAFB)
Infrastructure, Renovation
Post-Bid
$25,000,000 CJ est. value
Oklahoma City, OK 73145

KC-46A Kitting Facility, Tinker AFB, OK
New Construction
Post-Bid
$10,000,000 to $20,000,000 est. value
Oklahoma City, OK

DLA Office and Breakroom Tinker AFB
Addition, Demolition, Renovation, Infrastructure
Post-Bid
$1,000,000 CJ est. value
Oklahoma City, OK 73145

Last Updated 12/19/2022 03:02 AM
Project Title

RFQ - 3 Year Switch Gear Maintenance

Physical Address View project details and contacts
City, State (County) Oklahoma City, OK 73104   (Oklahoma County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

3 Year Switchgear Maintenance Department of Veterans Affairs (VA) Veterans Health Administration (VHA) Oklahoma City VA Health Care System BRIEF SCOPE OF WORK (This is for information only) PURPOSE: Oklahoma City VA Health Care system requires the contractor to provide required 3-year switchgear preventative maintenance inspection, and testing on all circuit breakers, in accordance with the Performance Work Statement (PWS), in an efficient and cost-effective manner, supporting the VA mission. This is a non-personal services contract. The Contractor, its employees, agents and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, parts, equipment, tools, shipping, transportation, insurances, licenses, certifications and supervision necessary to provide services in accordance with this Performance Work Statement (PWS). For a contract of this size, scope and complexity, the successful Contractor must perform in a professional manner as recognized by commercial industry standards as good to excellent. TASKS and REQUIREMENTS: The switch gear is required to be serviced every 3 years for preventative maintenance. SWITCHGEAR: Clean, inspect, test and adjust all major electrical distribution equipment. This shall include the electrical distribution equipment and transformers in the following locations: See attached inventory list to be serviced. 1. Sub-Stations: No. 1, No. 2, No. 2.5, No. 3 & No. 4. 2. Animal Research Facility. Execute work to interfere as little as possible with normal functioning of the medical center. All outages shall be scheduled and approved in writing at least two weeks in advance. REPORT: A. The contractor shall provide a complete comprehensive report on the results of the services rendered. The report shall provide for listings of all equipment tested and scanned including complete nameplate data, age, maximum loading in amperes, the conduction as found, and modifications made. In addition, the contractor shall make recommendations including any major defects or deviations in the electrical system detected during the test and inspection and any violations of national or local codes that may affect the safety of personnel and/or continuity of service. Complete a check- list for each piece of equipment. The check- list shall have a line item for each test and inspection to be performed. All critical conditions, including recommendations for corrective action shall be submitted in writing. INSPECTION, TEST, MAINTENANCE AND REPAIR: Testing shall be performed in compliance with applicable NEMA, ANSI, ASTM, ASA, NFPA and VA standards. The following equipment shall be inspected, tested and/or repaired in this project: ENCLOSURES AND CUBICLES: The inside of the enclosures housing electrical switchgear shall be cleaned with a vacuum cleaner with insulated attachments. Keep generally free from dust, lint, dirt, and abrasive material. Clean all buses, supports, etc. Buses and connections should be inspected for signs of overheating and weakening of insulation. Buses shall be inspected for adequate support spacing and bracing in accordance with the NEMA Standards for bus bar bracing. All structure supports will be checked for Tracking and anchor bolts will be checked for tightness. All control connections, screws, lug, bolts, solderless connectors, etc. will be checked for tightness to ensure good electrical continuity and mechanical condition. Inspect the ground for a solid, continuous, and adequate ground. The connections shall be cleaned and tightened. All raceway systems entering the switchboard shall be inspected to determine that they are properly bonded with lock nuts, etc. Service entrance equipment shall be checked to see that it is grounded in accordance with current NEC requirements. All switch gear compartments shall have the backs removed to allow complete cleaning. All front compartments shall be cleaned and lubricated as necessary, following manufacturer specifications. CIRCUIT BREAKERS: Electrical test shall be made on all circuit breakers by subjecting them to actual operating current to ensure that they will operate within the same limits after service as when new. Adjustments shall not be attempted by anyone other than trained service personnel having the necessary tools and test equipment. The breaker shall be beggared at no greater than 10 percent of its rated voltage. The megger readings must be taken with the breaker closed and latched. Megger readings must be taken from each pole to the breaker frame and from each pole to each of the other poles. The interlock mechanisms should be inspected and tested to ascertain that they are functioning as designed. On a breaker with a 240-volt control, the minimum Megger reading should be one meg-ohm. All circuit breakers shall be removed from service and inspected for loose, broken, or defective parts. All current contacts shall be inspected, cleaned, and polished as required. All bolts, cutter pins, rollers, and bearings shall be examined to determine if any defect, looseness, or unusual conditions exist. All linkages shall be examined and lubricated as required. All arc chutes, barriers and insulation shall be examined for broken or burned areas. All parts shall be cleaned as required. The circuit breaker shall be reassembled. The circuit breaker shall then be tested for electrical tripping using approved low voltage, high current test equipment or trip tested by stimulated CT current through the time over-current relay devices in accordance with the manufacturer s specifications and published standards. No change in trip device setting from as found shall be made by the contractor without expressed approval. SWITCHES-DISCONNECT, TRANSFER SWITCHES, SWITCHGEAR, ATS S AND GENERATOR SWITCHGEAR: Where possible, the main contacts of the switch can be cleaned, adjusted and a thin film of lubricant placed on them. The fuse clips, connections to the bus or cable, mounting in switchboard, and handles shall be checked for tightness and proper alignment. When applicable, the tension on the contacts may be checked with signs of -discoloration caused by heating are noted. After exercising the switch several times, cleaning and making any adjustments necessary, with a conductor test set, the resistance drop across each phase shall be measured. If the drop has greater than + 20% variation between phases, part replacement should be recommended. Generator switchgear, where possible, shall meet -maintenance requirements per manufacturer s specifications. RELAYS: Relays shall be checked with a current and accurate timing device. If a relay does not give the desired operating time for a given current, the desired time can usually be obtained by cleaning and adjustment. Only qualified personnel, properly trained and properly equipped with test equipment, manufacturer s data, and necessary special tools, should work on this equipment. INFRARED SURVEY: Thermo-vision equipment shall be utilized to scan all electrical equipment and terminations in the locations previously specified. All hot spot , those which measure greater than 8 degrees (Celsius) higher than die reference temperature (ambient) shall be photographically recorded and included in the Engineering Report to be submitted. The areas adjacent to the proposed addition shall be continuously occupied by the OKC VAMC. The Contractor shall implement phasing to ensure that the construction will not impact or impede the VAMC s mission to care to the Veterans. The contractor shall provide quality control of all work conducted and the individual appointed shall be competent and educated/experienced in the field of work this scope encompasses. Codes and Standards: The Contractor shall follow all applicable codes and standards to this type of work including but not limited to Health Care System Memorandums (HCSM), OSHA Guidelines, NFPA 101, NFPA 70, Lock-out-Tag-out, and Rules of Station. The C&A requirements do not apply, and that a Security Accreditation Package is not required. IMPORTANT NOTE: This Sources Sought is for information only (to determine the socioeconomic status of interested companies). No award will be made off of this posting. LIMITATIONS OF SUBCONTRACTING: The Limitations of Subcontracting may or may not apply to a resulting solicitation from this Market Research. Vendors are advised to familiarize themselves with Federal Acquisition Regulation parts 19.505(a)(2) and 19.505(b)(1) as it pertains to subcontracting limitations. Vendors are also advised to familiarize themselves with 13 CFR 125.6 and the penalties described in this regulation. Please communicate via e-mail to frances.basham@va.gov by 10 a.m. 12/26/2022 as to your company s interest and ability to perform service per this brief Scope of Work. If interested, please provide the following: Please state your company s business size as related to NAICS code XXXXXX As per the Limitations of Subcontracting: (see FAR 19.505) As Primary Contractor: what % of Total Contract Value will you retain If using a Subcontractor: what % of Total Contract Value will go to them Please provide SAMs Unique Entity Identifier number If you have an FSS/GSA contract that includes this service Provide FSS/GSA contract number if applicable The method of contractor selection has not been determined at this time.

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents