Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
DOCUMENT

J -- HVAC Controls Service Includes Maintenance and Repair of the Building Automation Control System. - Attachment

Notice Date
8/14/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
36C24918Q9602
 
Archive Date
10/13/2018
 
Point of Contact
David Milner
 
E-Mail Address
david.milner@va.gov
(david.milner@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
BACKGROUND The facility currently has a BAC which operated 80 air handlers, 2500 VAV or other room temperature control devices, 9 chillers, 8 cooling towers 35 Direct Expansion (DX) units and 30 pumps. Routine and emergency maintenance is required for the BAC to operate efficiently and reliably. The BAC controls the Heating Ventilation and Air-conditioning systems for the entire medical site. The controls system is complex and has over 1,000 of control points, inputs, and outputs with in the medical facility. Sensor and calibration failures and automation controls require frequent maintenance. The HVAC systems will not run efficiently or fail completely without proper controls maintenance. A failure will create an unhealth environment for patient care. Contractor shall furnish all necessary travel, labor, materials, tools, documentation, parts, equipment, quality control, and supervision necessary for the inspection, (7 days per week, 24 hours per day) support of the equipment, software, and accessories (listed in the Schedule of Equipment) required for 1(one) Service Technician mandatory on-site, 2 (two) days per week (Tuesdays and Thursdays), for 2 (two) full 8 (eight) hour days, to provide maintenance, support, troubleshooting, programming, replacement parts and service of the existing (BAS), network, controls and software which include: 1. Siemens Talon Control System 2. Siemens Talon/ Niagara Front End 3. Siemens Talon Network Managers 4. Siemens Talon BACnet Controllers 5. Siemens Talon Field Devices (stats, variable speed drives, actuators, dampers, valves) 6. Johnson Controls Inc. (JCI) 7. Network Manager Controllers 8. JCI BACnet Controllers 9. JCI Field Devices (stats, controllers, variable speed drives, actuators, dampers, valves) 10. JCI Pneumatic Controllers included 11. JCI Legacy products and software (PMI NCM) 12. Distech BACnet Controllers & Associated field devices (stats, controllers, variable speed drives, actuators, dampers, valves) 13. Schneider BACnet Controllers & Associated field devices (stats controllers, variable speed drives, actuators, dampers, valves) 14. Tridium Niagara BAS front end controls. Each respondent must have an established business, with a local office and a full-time staff within 60 miles of site. Respondent shall have the following minimum number of service technicians employed by the local office: 3 Chiller Technicians, 3 General Mechanical Technicians, 3 Controls Technicians The Contractor shall have three (3) years of successful experience in fully maintaining the full schedule of equipment for this contract. This staff must include a minimum of three (3) "fully qualified" FSEs, who shall serve as the primary technician and back up for the servicing of the items listed on the schedule of equipment. "Fully Qualified" is based upon training and on experience in the field. For training, the FSEs must have successfully completed a formalized Tridium Niagara training program and received certification from the Siemens Talon Headquarters or a third party with equal training certification program for Tridium Niagara products. The FSEs must have a minimum of three (3) years performing preventative maintenance and equipment repairs on Siemens Talon Building Technologies or Tridium Niagara products. The FSEs must have the ability to program in METASYS, Johnson Controls, Siemens, Distech, & Snyder controls with Niagara front end graphics. The FSEs must have the ability to troubleshoot components, network and diagnose programming issues. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs. The COR may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel. The Government reserves the right to reject any of the Contractor's personnel and refuse them permission to work on VAMC equipment. The Contractor shall have at least two (2) qualified technician(s) capable of servicing the full schedule of equipment for this contract. The contract includes 2 (two) full 8 (eight) hour days during the week, on-call during afterhours and holidays with an escalation process if further assistance is needed. The VA is contemplating a base year with 1 option year. Services will begin on October 1, 2018. The anticipated contract type will be a firm fixed-price. The solicitation will be posted to FedBizOpp websites on or about August 17, 2018. This date is subject to change. A Site Visit is tentatively scheduled for August 23, 2018 at the Memphis VAMC campus. This date is subject to change. All contractors must be registered in the System for Award Management database (www.SAM.gov) when proposals are received and for the awardee at time of award to be eligible for award of a contract. All contractors must have an active Vendor Information Pages account (https://www.vip.vetbiz.gov/) reflecting they are currently registered as an SDVOSB. No further information will be provided prior to posting of the RFQ. The point of contact for this pre-solicitation notice is David Milner, Contract Specialist, at david.milner@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q9602/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24918Q9602 36C24918Q9602_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541903&FileName=36C24918Q9602-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541903&FileName=36C24918Q9602-000.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: Memphis VAMC;1030 Jefferson Ave;Memphis, TN
Zip Code: 38104
 
Record
SN05035884-W 20180816/180814231147-88d5e9ad38c2cd426d1a52e77e7a3201 (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.