SOURCES SOUGHT
J -- AOML HVAC CONTROLS MAINT. SOURCES SOUGHT
- Notice Date
- 3/18/2016
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Kansas City, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
- ZIP Code
- 64106
- Solicitation Number
- NRMAD000-16-00574
- Archive Date
- 4/12/2016
- Point of Contact
- Shawana Roach, Phone: 3053614436
- E-Mail Address
-
shawana.roach@noaa.gov
(shawana.roach@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Sole Source Justification: Design Controls Incorporated (DCI) Systems Group, Inc. The Atlantic Oceanographic and Meteorological Laboratory's (AOML) located in Miami, FL intends to create a service contract for preventative maintenance, inspection, testing, calibration, remote monitoring, and basic data management for AOML's HVAC controls system. This includes a subscription to the Johnson Controls Metasys Services Site from DCI located in Miami, FL. DCI has been identified as the only company that can provide the services needed that also meets the Government's intended use and need. Therefore, it will be most advantageous to the Government to contract with DCI to provide the needed services. There are several reasons to justify this position. AOML utilizes Johnson Controls Incorporated (JCI) Metasys brand products, including the main control software on the server, the two primary (supervisory) controllers, the DX-9100 controllers, and the unitary controllers. DCI is the only small business company that is an authorized distribution partner for JCI-Metasys branded products in South Florida. In addition, DCI is the only small business company that can warranty new JCI Metasys products, or repair existing JCI-Metasys products without voiding warranties. This gives DCI a unique capability. Description of Services Required: 1. INTRODUCTION The Atlantic Oceanographic and Meteorological Laboratory (AOML), at 4301 Rickenbacker Causeway, Miami, FL 33149 is located on Virginia Key, Florida. AOML is a research facility owned by the National Oceanic and Atmospheric Administration (NOAA). The main building was commissioned in 1973 and consists of roughly 74,000 square feet of office, laboratory, workshop, machinery, and storage space. 2. BACKGROUND AND PURPOSE The purpose of this procurement is to provide AOML with a variety of services to keep the building HVAC control system operating safely and efficiently. 3. EQUIPMENT COVERED The equipment covered under this agreement includes all devices and components considered to be part of AOML's Johnson Controls Metasys Controls System, which includes but is not limited to: workstation PCs, supervisory controllers, field equipment controllers, variable frequency drives, air handler damper actuators, water valve actuators, temperature sensors, thermostats, differential pressure switches and transmitters, humidity sensors, and input/output modules. 4. WORK ITEMS 4.1 Preventative Maintenance a. Contractor shall provide a planned preventative maintenance program tailored to the AOML control system. b. All labor shall be performed with qualified personnel directly employed and supervised by the Contractor. Personnel shall hold the required JCI Metasys certifications. c. All diagnostics, tests, and calibrations will be performed per manufacturer's recommendations. 4.2 Metasys Subscription a. Contractor shall provide AOML with a subscription to JCI Metasys Services which allows AOML to properly maintain existing Metasys software. 4.3 Remote Services a. Contractor shall provide remote monitoring, support, and alarm notifications in coordination with AOML needs. 4.4 Testing, Inspection, and Calibration 4.4.1 On a quarterly basis, contractor shall: a. Visually inspect all components of the building automation system. b. Inspect supervisory controllers for loose or damaged parts or wiring. c. Verify proper position of all manual override switches. d. Verify proper setting of all software overrides. e. Verify and update as requested all holiday and daylight savings time schedules f. Verify and update as requested all time of day and day of week schedules. g. Verify proper operation of all communication ports. h. Verify proper operation of workstation PCs. i. Verify proper operation of alarm reporting. j. Replace battery on memory card as needed. k. Review point summary. l. Review trend log. m. Perform database backup. n. Verify proper operation of all controlled devices, including actuators, valves, and variable frequency drives. o. Verify software version and provide information about available upgrades. p. Review all system operations and notify AOML of any system deficiencies or anomalies not covered under contract. 4.4.2 Calibration frequency a. Temperature sensors shall be calibrated annually b. Humidity sensors shall be calibrated as needed. c. CO2 sensors shall be calibrated as needed. 4.4.3 Deliverables a. Contractor shall deliver a predictive maintenance inspection report annually, including recommended upgrades or repairs. 4.5 Repairs and replacements during normal working hours a. Contractor shall provide labor to repair or replace failed components or systems covered under contract during normal working hours at an agreed-upon rate. 4.6 Emergency calls outside of normal working hours a. Contractor shall provide labor to troubleshoot and repair or replace failed components or systems covered under contract outside of normal working hours at an agreed-upon rate. 4.7 Training a. Contractor shall provide on-site training as needed at an agreed-upon rate. 5. STANDARDS OF CONDUCT The Contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance and integrity and shall be responsible for taking such disciplinary action with respect to their employees as may be necessary. 6. NORMAL WORKING HOURS AND HOLIDAYS All non-emergency services shall be performed during normal AOML working hours, i.e. 8:00 am to 4:30 pm Monday-Friday, excluding Federal Holidays. NOAA personnel observe the following days as holidays: New Year's Day Columbus Day Washington's Birthday Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day Labor Day Martin Luther King's Birthday Any other day designated by Federal statute Any other day designated by Executive Order Any other day designated by the President's proclamation The Government reserves the right to close the facility and order Contractor personnel off the premises in the event of a national emergency or a shut-down, for as long as these issues persist. The Contractor may only return to the site with verbal approval from AOML. 7. Place of Performance 4301 Rickenbacker Causeway, Miami, FL 33149 8. Period of Performance Base year: April 1, 2016 through March 31, 2017 Option Year 1: April 1, 2017 through March 31, 2018 9. PARTS, LABOR, and MISCELLANEOUS CHARGES 9.1 Contractor shall provide labor rates for the following activities covered under the term of the purchase order: a. Repairs during normal working hours: $per hour b. Emergency calls outside of normal working hours: $per hour c. Training: $ per hour 9.2 Any services that fall under Section 9.1 or are otherwise not covered under Sections 4.1 through 4.4 shall require a cost estimate from the Contractor and shall require prior approval from the Contracting Officer prior to commencing. A government purchase card shall be utilized to pay for services that fall under the applicable thresholds. 9.3 Contractor shall provide a rate for JCI parts: % 9.4 Contractor shall not add charges for miscellaneous, such as service call fees, fuel surcharges, or minimum hourly charges. 10. AOML'S RESPONSIBILITIES a. AOML shall maintain a dedicated phone line to the control system to allow for remote monitoring and support of the system. b. AOML shall inform contractor of any hazardous working conditions in or around the facility. 11. CONTRACTOR'S RESPONSIBILITIES a. The Contractor shall provide all labor and transportation needed for this project. b. The Contractor's employees must wear an ID badge at all times, and remain within approved working areas. c. The Contractor and all Contractor employees shall comply with all regulations, rules, etc., pertaining to health, safety and security of a federal building. d. The Contractor shall provide the necessary supervision and inspection of the work performed to ascertain compliance with the specifications of the contract. e. All work shall be performed in a workmanlike manner and with a minimum amount of interference with the activities in the offices and labs. f. The operation of private vehicles by Contractor's employees on or about the AOML campus shall conform to regulations and safe driving practices. 12. SPECIAL CONSIDERATIONS a. The Government reserves the right to exclude or remove from the site or building any employee of the Contractor whom the Government deems unsafe, incompetent, careless, insubordinate or otherwise objectionable, or whose continued employment on the work is deemed by the Government to be contrary to the public interest. b. Close coordination with AOML personnel is important. DCI is the only known source that can provide AOML with a variety of services to keep the building HVAC control system operating safely and efficiently. The Government is not aware of any other vendor that can provide these specialized supplies that also meet the Government's intended use. The intended procurement is for preventative maintenance, inspection, testing, calibration, remote monitoring, and basic data management for AOML's HVAC controls system which includes a subscription to the Johnson Controls Metasys Services Site, which the Government intends to acquire under the guidelines of FAR Part 13, Simplified Acquisitions Procedures. The Government intends to solicit and negotiate with the only known source (DCI) under the authority of FAR 13.106-1(b). DCI is the only small business vendor in the South Florida area that has the HVAC and system knowledge, skills and distribution rights for Metasys. However, all proposals received prior to the close of this notice will be considered by the Government. This is not a request for proposals and there is no solicitation available at this time. The Government reserves the right to solicit bids based on the receipt of affirmative responses to this notice or issue a purchase order to DCI, whichever is determined to be more advantageous to the Government without further notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to be considered, firms must furnish detailed information concerning their capability to provide the needed maintenance and services. Interested firms should submit its name, address, point of contact, telephone number, and a brief statement regarding its capability to provide the specified supplies that provide the same fit, form and function as the ones specified above. Any responses that provide for services other than those specified must be accompanied by descriptive literature and show they meet the same form, fit and function. Also include the name, telephone number, and point of contact for businesses or other Government agencies to which it has previously provided the services. Offerors may send their proposal via email to Shawana.Roach@noaa.gov. The NAICS code for this requirement is 238220. All responsible sources may submit a quote which will be considered by the Agency. All contractors doing business with this Contracting Office (Atlantic Oceanographic and Meteorological Laboratory - AOML) must be registered and active in the System for Award Management (SAM). Vendors can register with SAM at the following website https://www.sam.gov/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NRMAD000-16-00574/listing.html)
- Place of Performance
- Address: 4301 RICKENBACKER CAUSEWAY, MIAMI, Florida, 33149, United States
- Zip Code: 33149
- Zip Code: 33149
- Record
- SN04055096-W 20160320/160318234831-4c1cf69fcb37d87f987879215061c040 (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 |