Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, 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. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The most current Federal Acquisition Circular (FAC) 2024-03 can be found at Acquisition.gov. This solicitation is set-aside for Veteran-Owned Small Business (VOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a small business size standard of $12.5 million. The FSC/PSC is J061 Maint/Repair/Rebuild Of Equipment - Electric Wire and Power Distribution Equipment. The Boston Healthcare System, West Roxbury Division is seeking a contractor to perform Automatic Transfer Switch (ATS) Testing and Imaging. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Base Year: Annual Automatic Transfer Switch Testing and Imaging 1 YR 1001 Option Year 1: Annual Automatic Transfer Switch Testing and Imaging 1 YR 2001 Option Year 2: Annual Automatic Transfer Switch Testing and Imaging 1 YR 3001 Option Year 3: Annual Automatic Transfer Switch Testing and Imaging 1 YR 4001 Option Year 4: Annual Automatic Transfer Switch Testing and Imaging 1 YR Total $ Statement of Work Automatic Transfer Switch (ATS) Testing and Imaging 1.0 Scope of Work The contractor will perform annual Automatic Transfer Switch testing and imaging at the Boston Healthcare System, West Roxbury Division. Contractor is responsible for all labor, materials, tools and special equipment required to perform the work. Period of Performance Contract shall be a base year plus 4 option years. All Transfer Switch Testing shall occur during off hours (10:00 PM 7:00 AM) Place of Performance Boston Healthcare System, West Roxbury 1400 VFW Parkway West Roxbury, MA 02132 2.0 Performance Requirements INFRARED THERMAL IMAGING Thermal infrared imaging of both the normal and emergency power poles shall be done during annual testing. The transfer/bypass switch shall be in the emergency position for 30 minutes, prior to the imaging pictures taken to allow for any temperature rise. Reports of anomalies shall include a color photograph of the switch being tested & a color thermal imaging print. The report information shall be similar to test report a attached and made part of this standard. Both the transfer switch & bypass contacts shall be scanned. The following standards, as applicable, shall be part of the testing requirements: NFPA-70 (national electric code) NFPA-70B (electrical equipment maintenance) nfpa-70e (electrical safety in the workplace) nfpa-99 (health care facilities) NFPA-101 (life safety code) NFPA-110 (emergency and standby power systems) nfpa-20 (stationary pumps for fire protection) ansi/neta-mts (maintenance testing specifications) ma elevator regulations (524 cmr) TESTING REQUIREMENTS In-phase monitors (sync check relays) In-phase monitors shall be checked for calibration and shall be set for + or 7 degrees maximum. Relay output contacts shall be tested, Dead bus relay outputs shall be confirmed and maximum slip rate shall be noted on the test reports. VOLTAGE & FREQUENCY SENSORS All voltage and frequency sensors for both normal and emergency shall be calibrated with a three-phase test set, using calibrated meters for all pickup & dropout values. All results, including as found and as left settings shall be noted on the test reports. AUXILIARY CONTACTS & SPECIAL TIMED CONTACTS All auxiliary position contacts shall be tested in both positions and so noted in the test reports. All auxiliary contact functions such as Normal Power Available , Emergency Power Available , ETC. Shall be verified and noted in the test reports. TIMER CALIBRATION AND OPERATION CHECKS The following timers shall be checked for accuracy and so noted in the test reports: Time delay, engine start. Time Delay, transfer to Emergency. UMD Timer for Pre, Post, or Both. . T3/W3 elevator presignal time delay w/ bypass. Time delay, retransfer to normal. (set at 30 minutes) Time delay, engine cool down. (set at 300 seconds) Time delay neutral position on Delayed transition switches. LOAD SHED, BLOCK TRANSFER & RE-ADD CRKTS. Special custom Load shed, Block Transfer & Re-add circuits shall be verified to be operational and be noted on the test reports (if applicable). VERIFY TOTAL POWER FAILURE TO RESTORATION OF LOAD FROM EMERGENCY GENERATOR Time delay, engine start = 1 or 3 seconds (Engineering Dept to specify actual time) Time delay, transfer to emergency = .1-15 seconds (Engineering Dept to specify actual time) Time delay, presignal = 10-20 seconds (Elevator contractor to specify actual required time) Time delay, load shed = 1-30 seconds (Engineering Dept to specify actual required time delay) Engine up to speed time = typical 4.5-6 seconds Retransfer to normal position = 5 minutes Insure total transfer time on Critical or Life Safety switches do not exceed 10 seconds. Insure that Elevator transfer switches transfer within 10 seconds, or as allowed by Mass Elevator Regulations (524 CMR) which is typically 25 seconds. BYPASS/ISOLATION SWITCH TESTS Provide bypass to normal and bypass to emergency operations with Isolation option for each. Ensure no load-break condition exists. (Switch must be a make-before-break arrangement) If switches are of the Load-break design, Engineering will establish the time & date for these tests. Verify Manual Transfer switch function of Bypass switch. (Manual Transfer Switch Operation) Ensure engine start contacts stay closed with ATS module out in Isolate position After switch is isolated, rack ATS module back into the TEST position and cycle the switch through a complete sequence. Follow manufacturer s instructions for returning switch to normal operating position Verify B/I module relays are properly energized and that all blocking interlocks are operating correctly. Verify all auxiliary and B/I engine start contacts. QUALIFICATIONS FOR BIDDERS: Qualified Bidders Shall be NETA certified Company and either Factory Trained & Authorized or Factory Trained on the Equipment to be tested. (General Electric, Zenith Controls, Russelectric, Pace, Asco, Westinghouse, Kohler, and Generac) and have a minimum of 20 years of experience, as many of the VA sites have older gear operating on site in excess of 15 years. Submit qualifications for technical review. All required certifications and proof of required experience must be provided to be considered for award. The Field Engineer/Technician shall also be a Certified Level 2 or greater Thermographer. SUBCONTRACTORS If Prime vendor determines to utilize subcontractors, Prime vendor must be physically present at all times there are sub-contractors present, work activities are ongoing, materials are being delivered, etc. In addition, Prime vendor to submit in technical proposal the delineation of work from prime and subcontractors to include percentage (%) of work breakdown and description of work activities. TEST REPORT REQUIREMENTS: Test Reports are required to document results of each switch. PREMIUM TIME WORK: Bidders are reminded that all work must be done on premium time as designated by the contract. PLEASE NOTE: TESTING OF BYPASS/ISOLATION SWITCHES REQUIRES ADDITIONAL TESTING CRITERIA DIFFERENT AND IN ADDITION TO A STANDARD ATS. Bid prices shall be per unit and Campus may add or delete units from their BOM. All services & inspections shall be scheduled thru COR. No additional work can be performed under this contract, and no changes to this Scope of Work can be made without the authority and prior approval of the Contracting Officer. 3.0 Equipment to be serviced: ATS Inventory  Designation Make Model Serial Controller Location EE# 1 B1-1 Russelectric RTBD-4004CEF 30535-1 A/8 2000 B1 82503 2 B1-2 Russelectric RTBD-4004CEF 30535-2 C/D 2000 B1 82502 3 B1-3 Russelectric RTBD-6004CEF 30535-2 A/8 2000 B1 82495 4 B1-4 Russelectric RTBD-6004CEF 30535-2 C/D 2000 B1 82498 5 B1-5 Russelectric RTBD-4004CEF 30535-1 E/F 2000 MCC431-01-WR 82501 6 B1-6 (Fire pump) Zenith    GD130-01-WR 56611 7 B1-7 Russelectric RTBD-6004CEF 30535-2 E/F 2000 A3E-06 (B1) 82497 8 B1-8 Russelectric RTBD-6004CEF 30535-2G/H 2000 A3 061 (B1) 82504 9 B1-10 Russelectric RTBDLBCT-8004CEF 35621-2A/B 2000 B1 136551 10 B1-11 Russelectric RTS03-ABLB6004AMF1 36512-1A/B RPTCS B1 147444 11 Emg Light Relays     Auditorium  12 A3C-1 (ATS-2) Russelectric RTB-4004CEF 24509-3A/B 2000 B2 62947 13 A3C-2 (ATS-1) Russelectric RTB-2604CEF 24509-1A/B 2000 B2 62948 14 A3C-3 (ATS-8) Russelectric RTB-4004CEF 35621-1A/B 2000 B2 136550 15 A3C-4 (ATS-11) Russelectric RTS03-ABLB4004AMF1 39016 -1A/B RPTCS   16 A3S-1 (ATS 5) Russelectric RTB-2604CEF 24509-1C/D 2000 B2 62945 17 A4E-1 (ATS 4) Russelectric RTB-4004CEF 24509-2A/B  B2 62946 18 A4E-2 (ATS 6) Russelectric RTB-4004CEF 29772-1A/B 2000 B2 73136 19 A4E-3 (ATS 10) (Fire pump) Zenith    B2 72469 20 A4E-4 (ATS-3) Russelectric RTB-4004CEF 31010-1 A/B  B2 83279 21 A4E-5 (ATS-9) Russelectric RTBDLB-6004CEF 35145-1 A/B 2000 B2 136549 22 A4E-7 (ATS-7) Russelectric RTS03-ABLB8004AMF1 36466-1A/B RPTCS B2 168928 23 ATS- (Mobile OR) GE    B2 73137 25 B8-Boiler Russelectric RTS03-ABLA4004AMF1 36608-1A/B RPTCS B8 140803 26 B20-Research Russelectric RTS03-ABLB8004AMF1 38472-1A/B RPTCS B20  27 B21-Research Russelectric RTBDNB-6004CEF 35273-1A/B 2000 B21 136548 28 B3-1 Russelectric RTBD-1004CEF 29772-2A/B 2000 B3 71293 29 B3-2 Russelectric RTBDLB-4004CEF 33859-2C/D 2000 B3 104155 30 B3-3 Russelectric RTBDLB-4004CEF 33859-2A/B 2000 B3 104153 31 B3-4 Russelectric RTBDLB-6004CEF 33859-1A/B 2000 B3 104154 32 B3-5 Russelectric RTBDLB-4004CEF 37890-1A/B RPTCS B3 167460 33 Garage Russelectric   RPTCS Garage  34 Garage Russelectric   RPTCS Garage  All quoters shall submit the following: 1. Questions: Any questions must be submitted in writing no later than Friday, August 29, 2025 at 10:00 AM EST. Answers to the questions will be posted the following week. 2. Quote: Offeror shall provide a quote using the table above. Offerors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards. All quotes shall be sent to the Contract Specialist, Rosangela Pereira at Rosangela.Pereira@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Price: Quotes will be compared by price. Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner. Contractor shall provide specification sheets for proposed equipment and include within the solicitation response. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Submission of your response shall be received not later than Wednesday, September 3, 2025 at 3:00 PM EST. All quotes shall be emailed to Rosangela Pereira at Rosangela.Pereira@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: Rosangela Pereira, Rosangela.Pereira@va.gov