DOCUMENT
H -- Automated Building Environmental Controls System Maintenance for the St Louis MO VA Medical Center - Attachment
- Notice Date
- 3/15/2018
- Notice Type
- Attachment
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- 36C25518Q9464
- Response Due
- 3/26/2018
- Archive Date
- 5/25/2018
- Point of Contact
- Larry A Buell
- E-Mail Address
-
6-1961<br
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A SOLICITATION. This is a Request for Information (RFI)/Sources Sought notice issued in accordance with FAR 15.201(e) to conduct market research. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP), a Request for Quotations (EFQ) or a promise to issue a solicitation in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future solicitation, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. This announcement is based upon the best information available and is subject to future modification. OVERVIEW: The Department of Veterans Affairs, Network Contracting Office (NCO) 15, has a requirement to obtain on-site full-service maintenance and repair of an installed United Technologies Corp. Automatic Logic WebCTRL version 5.5 Building Environmental Controls System located at the St. Louis MO VA Medical Center. The system controls a 1,900-ton chiller plant, over 500 variable air volume (VAV) boxes, 200 fan coil units and connects steam zone controls, a medical gas system, and APC brand cooling racks. The continuous and optional operation of the system is critical for the efficient and continuous monitoring of the facility HVAC, blood bank and medical gas systems which directly affects the health and care of patients at the Medical Center. It is anticipated that a base one (1) year contract with up to four (4) one (1) year option years will be awarded. The government intends to award a firm-fixed-price contract. The successful proposer must be able to: 1. Furnish all parts, labor, supervision, material, test equipment, software, software upgrades, emergency repair services, including transportation cost necessary to perform weekly system testing and maintenance and unlimited emergency repairs on the Automated Logic system. 2. Perform inspection, testing and PM services every Friday on a weekly basis. 3. Perform system analysis and review with the Automated Logic system consisting of viewing the system for any abnormal conditions, alarms, and other Automated Logic Controls (ALC) related issues that are apparent in WebCTRL, work on any existing WebCTRL issues, review the VA s Issue Log Book, make repairs to the system, troubleshoot, and maintain the Automated Logic system; review and assist the VA in maintaining alarms, system logs, trends and reports. 4. Perform programming or graphic updates as needed. 5. Analyze and optimize automation controls in order to extend equipment life, reduce energy consumption, and reduce the risk of costly and disruptive breakdowns. 6. Must be able to respond on-site within one (1) hour of receiving a request for emergency services 24/7/365. 7. Furnish and use only new Original Equipment Manufacturer (OEM) or OEM-approved parts. All parts shall be of current manufacture and have complete versatility with the presently installed system. All parts shall perform identically to the original equipment specifications. No third party or grey market parts will be accepted. 8. At no additional price furnish and install all manufacturer recommended major software version upgrades, service packs, patches, hardware drivers and any other updates required to keep the Automatic Logic System Software and Hardware up to date and current. 9. Backup VA Automated Logic System files and databases to the VA s local web server as well as transfer a copy off site for storage at the contractor s facility. 10. Review alarm and system logs and provide the COR with a report on anything found to be abnormal or needing attention as well as a list of all updates and backups that were performed. 11. At no additional price furnish monthly as required training on the operation of the building automation system at an off-site location furnished by the Contractor, within a one (1) hour commute from the St. Louis MO VA Medical Center. Provide a variety of standard topics and as requested topics specific to the Medical Center. 12. The Contractor s Field Service Representative must have successfully completed a formal OEM Certified (or equivalent) training program for all equipment, software and peripherals for the system to be maintained and all equipment software and peripherals for the system to be utilized in the performance of the contract. For field experience, the FSE(s) must have a minimum of two years of experience in the operation, installation, calibration, maintenance and repair of the specific system. VETERANS FIRST CONTRACTING PROGRAM: The Dept. of Veteran s Affairs is dedicated to the Veterans First Contracting Program and encourages any certified Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) capable of furnishing the required services to respond. In accordance with Veterans Affair Acquisition Regulation (VAAR) sections 819.7005 and 819 7006, if a sufficient number of eligible SDVOSB or VOSB firms are identified during market research the acquisition will be set-aside for SDVOSB or VOSB participation. INFORMATION REQUESTED FROM INDUSTRY: Please submit your response (capability statement) in accordance with the following: 1. No more than 5 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; 2. Address if your firm has the capability to perform the ambulance services listed above; 3. Address how long it would take from the date of contract award for you to commence furnishing services; 4. Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. 5. If Service- Disabled or Veteran Owned Small Business, is your company and/or partners registered in VA s VetBiz repository? 6. Mark your response as Proprietary Information if the information is considered business sensitive; 7. NO MARKETING MATERIALS ARE ALLOWED IN RESPONSE TO THIS RFI. The Government will not review any other information or attachments included, that are in excess of the 5-page limitation. Submit your response via email to larry.buell@va.gov; Submit your response by 4:00 P.M. Central Time on November 1, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25518Q9464/listing.html)
- Document(s)
- Attachment
- File Name: 36C25518Q9464 36C25518Q9464.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4154354&FileName=36C25518Q9464-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4154354&FileName=36C25518Q9464-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25518Q9464 36C25518Q9464.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4154354&FileName=36C25518Q9464-000.docx)
- Place of Performance
- Address: Dept. of Veterans Affairs;St Louis VA Medical Center;John Cochran Division;915 N Grand Blvd;St Louis MO
- Zip Code: 63106-1621
- Zip Code: 63106-1621
- Record
- SN04855872-W 20180317/180315231735-aaba6e8c52408e9de76b1c66d53cdf2f (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 |