Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2011 FBO #3556
DOCUMENT

45 -- Building Automation Systems - Attachment

Notice Date
8/18/2011
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24111RQ1204
 
Response Due
8/22/2011
 
Archive Date
9/1/2011
 
Point of Contact
Clark Crandall
 
E-Mail Address
6-3424<br
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-241-11-RQ-1204 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-241-11-RQ-1204 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-53, August 4, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) The North American Industry Classification System (NAICS) code is 238220, and the size standard is $14.0 million annual revenue. (v) This requirement consists of five (5) line items: CLIN (1) Base Year: Contractor shall provide full service and maintenance of the building automation system as specified in the Statement Of Work. Period of Performance: 10/1/2011 thru 9/30/2012 CLIN (2) Option Year One- 10/1/2012 thru 9/30/2013, Contractor shall provide full service and maintenance of the building automation as stated in the Statement Of Work. Period of Performance: 10/1/2012 thru 9/30/2013 CLIN (3) Option Year Two- 10/1/2013 thru 9/30/2014, Contractor shall provide full service and maintenance of the building automation as stated in the Statement Of Work. Period of Performance: 10/1/2013 thru 9/30/2014 CLIN (4) Option Year Three- 10/1/2014 thru 9/30/2015, Contractor shall provide full service and maintenance of the building automation as stated in the Statement of Work. Period of Performance: 10/1/2014 thru 9/30/2014 CLIN (5) Option Year Four- 10/1/2015 thru 9/30/2016, Contractor shall provide full service and maintenance of the building automation as stated in the Statement of Work. Period of Performance: 10/1/2015 thru 9/30/2016 (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: 1.DESCRIPTION This is a request for a full service and maintenance contract for the Energy Management System at the VA Boston Healthcare System Jamaica Plain Campus. The system comprises of various components controlled by a proprietary software program, solely offered by American Energy Management. In order to accomplish the monitoring and various degrees of control of the multiple HVAC systems, pumps, heat exchangers, fans, temperature and humidity etc. The Contractor shall provide all resources required in performing these maintenance services and inspections including labor, supervision, travel, materials, parts, equipment tools and shipping required for the professional maintenance of the buildings Energy Management System. All technicians will be factory trained and fully competent in all the equipment covered by this contract. Equipment lists may change from time to time during the contract period. A vendor must provide confirmation from American Energy Management that you are capable of working on their equipment. If proof is not provided upon submission, the offer will be considered non-responsive. Hours of operation for this contract are as follows: Normal hours are Monday thru Friday 08:00 a.m. to 4:00 p.m. Overtime hours are : After 4:00 p.m. Monday thru Friday, Saturday, Sunday and holidays. 2. ACCEPTANCE OF EXISTING EQUIPMENT: The contractor expressly accepts the equipment "AS IS" at the time of contract award. All repairs or service that is necessary to put the equipment in full service and proper operation will be the Contractor' sole responsibility. Whenever there is a need to add or delete equipment to the Inventory of Equipment covered by this contract, the Contracting Officer will make an equitable adjustment to the contract to cover such changes. 3.Covered Equipment 1.programmable controllers model 7000, Quantity 5 2.programmable controllers model 7040, Quantity 70 3.programmable controllers model 8040, Quantity 106 4.programmable VAV controllers for VAV & Fan Coil units, Quantity 351 5.All current equipment supplied temperature sensors (Quantity approx. 1026), space, averaging, well & duct. 6.All current equipment supplied Humidity sensors (Quantity approx. 130) 7.Static pressure and velocity sensors (Quantity approx. 69) 8.All supplied on/off status devices such as air pressure switches (Quantity approx 56),water pressure switches (Quantity approx 28),freeze stats (Quantity approx 54),current switches (Quantity approx 173) 9.Pilot duty relays, pneumatic transducers, line voltage thermostats (Quantity approx. 640, 24, 25) 10.Damper actuators, valve actuators (excluding humidifiers) VAV box damper actuators (Quantity approx 336). 11. 4 user stations & 1 application server 4.System Review & Testing Tasks Vendor to Specify Schedule: 1.Yearly evaluation of control setpoints, schedules, alarm parameters. 2.Yearly backup of all controller data to hard disk and backup to floppy for off-site storage. 3.Yearly on-site inspection of control operation of major HVAC equipment. 4.Contract includes 8 hours of emergency after hours service in pricing quoted. 5. Scope of Services - Vendor to Specify Line Item: Technicians will check in / check out with COTR for each site visit. The contractor will provide detailed Service reports for the work performed,employees trained, adjustments made,parts used etc. as well as indicating arrival and departure times. a.Phone Support. Provide phone support to assist with operational and technical problems. b.Software support. Provide modem-to-modem/VPN software support to reload software, fix bugs, and to make program updates as is necessary. c.On-Site Problem determination. Provide on-site labor to perform problem determination which can not be accomplished with reasonable assistance from the customer and phone support. d.On-Site Labor. Provide on-site labor to fix problems necessary to maintain the system in good working order. Make all necessary repairs, or replacements, or adjustment. e.Annual Re-commissioning visit - Provide one on-site visit per year to completely review the system. During this on-site visit the roof top units, air handling units, and central plant equipment will be verified for proper operation and calibrations are checked and adjustments made if needed. Also, changes and additions to the building's equipment will be noted and operational procedures will be reviewed. f.Operational Checking. Provide periodic checking of the system via phone connection,VPN and/or on-site to promote proper system operation and tuning. This checking will involve examining the system settings, tracking reports, and control parameters to optimize operations and control. g.Operator Training. Provide on-site training as needed on an ongoing basis. System operators will be trained or re-trained to fully understand the system and how it interacts with the facility. Training is to be provided on request and is to be scheduled at mutually convenient times either via phone connection or on-site, as is appropriate Items Not Included under awarded contract: Any equipment not listed or known to have been part of the system or items installed by others that are not connected to the system. Such as the items listed below. 1.Any control valves bodies 2.Any control dampers 3.Any air flow stations 4.Labor to replace components traditionally installed by other trades 5.Damage incurred by lighting or electrical stress 6.Any metering equipment ( water or electric ) 7.Room pressure monitors (vii) Delivery FOB Destination to: VA Medical Center 150 South Huntington Avenue Boston, MA 02130 Attn: Daniel Willis (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.212-1 Addendum, Sub-Part 13.5 Test Program; VAAR 852.203-70 Commercial Advertising; VAAR 852.237-70 Contractor Responsibilities. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)Technical capability, knowledge, and experience to meet the Government requirement (ii)Price (iii)Past Performance Technical evaluation shall be based on the ability of the vendor to meet the requirements as detailed in the Statement of Work. Technical and Past Performance when combined are significantly more important than price. Pricing shall be evaluated based on the best value for the Government. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.211-6 Brand Name or Equal, FAR 52.217-5, FAR 52.217-3 Evaluation Exclusive of Options, FAR 52.217-5 Evaluation of Options, FAR 52.225-18 Place of Manufacture, VAAR 804.1102 Verification of Status, VAAR 852.270-1. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; FAR 52.217-8 Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.232-18, Availability of Funds; FAR 52.232-19 Availability of Funds for the Next Fiscal Year, VAAR 852.203-70 Commercial Advertising; VAAR 852.237-70, Contractor Responsibilities; VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: (52.204-10, 52.219-28, 52.222-3, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-34) plus FAR 52.227-19 Commercial Computer Software License, FAR 52.228-5 Insurance-Work on a Government Installation, VAAR 852.211-73 Brand Name or Equal, VAAR 852.215.70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, VAAR 852.215-71 Evaluation Factor Commitments (xiii) N/A (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE Friday, August 19, 2011, by 12:00 p.m. eastern standard time (est). (xvi) Only Electronic offers will be accepted; submit quotation to - Clark Crandall, VA Boston Contracting Office, 940 Belmont Street, Brockton, Ma 02301, FAX 774-826-3347, or e-mail clark.crandall@VA.Gov (xvii) Contact information Contracting Office Address: Department of Veterans Affairs VA Boston Healthcare System 940 Belmont Street Brockton, Ma 02301 Place of Performance: VAMC Jamaica Plain 150 South Huntington Ave Boston, MA 02130 Primary Point of Contact: Clark Crandall Contracting Specialist Clark.crandall@va.gov Phone: 774-826-3424 Fax: 774-826-3347
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24111RQ1204/listing.html)
 
Document(s)
Attachment
 
File Name: VA-241-11-RQ-1204 VA-241-11-RQ-1204_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=238718&FileName=VA-241-11-RQ-1204-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=238718&FileName=VA-241-11-RQ-1204-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Boston Healthcare System;150 South Huntington Avenue;Jamaica Plain, MA
Zip Code: 02130
 
Record
SN02539727-W 20110820/110818235355-924d18ae35abf7af3933ffefc071802a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.