Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2012 FBO #3792
DOCUMENT

H -- Building Automation Services - Jamaica Plain - Attachment

Notice Date
4/10/2012
 
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
VA24112Q0611
 
Response Due
4/13/2012
 
Archive Date
5/13/2012
 
Point of Contact
Clark Crandall
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. Requirement: This notice is issued by the Department of Veterans Affairs, Boston VA Healthcare System, Brockton, MA to identify sources capable of providing the following: VISN 1 Contracting is conducting market research on large building automation system work like monitoring and controls of multiple HVAC systems, pumps heat exchangers, fans, temperature and humidity, etc. We are requesting the vendor provide a response detailing their capability of performing this type of work. Vendor must have prior experience performing this type of service on a similar large building system. Vendor must be able to furnish at least 3 prior jobs completed and references for contact. Vendor must verify that they have experience performing minimally the following statement of work: Statement of Work: 1.DESCRIPTION This is a full service and maintenance contract for the Energy Management System at the VA Boston Healthcare System Jamaica Plain Campus. The system comprises various components controlled by a proprietary software program 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. 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 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 1.5 programmable controllers model 7000 2.70 programmable controllers model 7040 3.106 programmable controllers model 8040 4.351 programmable VAV controllers for VAV & Fan Coil units 5.All AEM supplied temperature sensors (approx. 1026), space,averaging, well & duct. 6.All AEM supplied Humidity sensors (approx 130) 7.Static pressure and velocity sensors (approx. 69) 8.All AEM supplied on/off status devices such as air pressure switches (approx 56),water pressure switches (approx 28),freeze stats (approx 54),current switches (approx 173) 9.Pilot duty relays, pneumatic transducers, line voltage thermostats (approx. 640, 24, 25) 10.Damper actuators, valve actuators (excluding humidifiers ) VAV box damper actuators (approx 336). 11. 4 user stations & 1 application server 4.System Review & Testing Tasks 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. 5. Scope of Services Technicians will check in / checkout 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. Phone Support. Provide phone support to assist with operational and technical problems. Software support. Provide modem-to-modem/VPN software support to reload software, fix bugs, and to make program updates as is necessary. a.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. b.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 adjustments. c.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. d.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. 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: 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 Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 238220, and the size standard is $14.0 million. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to Clark.Crandall@va.gov no later than April 13, 2012 at 3:00PM, Eastern with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: 8(a) Business / HUBZone Small Business / Service-Disabled Veteran-Owned Small Business / Small Business / Large Business 4. Detailed information regarding this service. 5. Commercial market information and practices applicable to this service. 6. A positive statement of your intent to submit a quote as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 7. At least 3 jobs completed relating to this service on similar equipment, with references for contact at each facility. CCR: Interested parties should register in the Central Contractor Registration (CCR). The CCR can be obtained by accessing the internet at www.ccr.gov. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do not request a copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24112Q0611/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-12-Q-0611 VA241-12-Q-0611.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=320145&FileName=VA241-12-Q-0611-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=320145&FileName=VA241-12-Q-0611-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02718221-W 20120412/120410235148-63fb25b3f8587076bea980fd429335b7 (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.