DOCUMENT
J -- Building and Energy Management Control System (BMS) 80 hours per week on-site scheduled maintenance and repair services. FBO Sources Sought NAICS:561210 PSC:J045 - Attachment
- Notice Date
- 10/9/2018
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veterans Affairs;Acquisition & Materiel Management;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
- Solicitation Number
- 36C25619Q0028
- Response Due
- 10/30/2018
- Archive Date
- 12/29/2018
- Point of Contact
- Shasta Britt
- E-Mail Address
-
.Britt@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice Building and Energy Management Control System (BMS) Service This Sources Sought/Market Survey Notice is being conducted by the Network Contracting Office (NCO) 16 at 2002 Holcombe Blvd. Bldg. 100, Houston, Texas 77030 to identify other sources that are capable of providing 80 hours (two shifts) per week on-site scheduled service of the existing Building and Energy Management Control System (BMS), components and VA Building Service Equipment (BSE) controlled by the Johnson Control Inc. BMS. The current system is Metasys which is manufactured by Johnson Controls, Inc located at the Department of Veteran Affairs: Michael E. DeBakey VA Medical Center, 2002 Holcombe Blvd. Bldg. 100, Houston, Texas 77030. Contractor shall be able to perform services at hundred percent. Contractor shall provide service support five (5) days per week during the contract period 8:00am to 4:30pm and 3:30pm to 12:00am (midnight) Monday thru Friday excluding Federal Holidays. The Contractor shall provide qualified technicians employed directly by the contractor (i.e. Control System Engineer, Energy Engineer, etc.) to work with Key Facility Management Staff (FMS) (i.e. Michael E. DeBakey VA Medical Center (MEDVAMC) Energy Engineer and MEDVAMC Building Maintenance staff) on BMS tune up, maintenance, calibration, updating, and developing energy conservation control measures and strategies within the BMS, associated equipment and related BSE controlled by BMS. TITLE OF PROJECT: Building and Energy Management Control System Service Contract SCOPE OF WORK: The Contractor shall conduct 80 hours per week on-site scheduled service of the existing Building and Energy Management Control System (BMS), components and VA Building Service Equipment (BSE) controlled by the Johnson Control Inc. BMS. The current system is Metasys; which, is manufactured by Johnson Controls, Inc BACKGROUND: The Building and Energy Management Control System (BMS) at the Michael E. DeBakey VA Medical Center MEDVAMC is a Metasys system manufactured by Johnson Controls, Inc. It provides automated environmental control on the entire MEDVAMC campus. It is primarily Direct Digital Control DDC, however some of the parts of the system are still controlled with pneumatic controls. The system requires constant calibration, tuning, preventive maintenance and testing; as well, as repairs. The system is often modified either existing systems or modified through the addition of new systems. Contract will cover this work as well as provide a Not to Exceed (NTE) amount of $60,000 per year. Contract will also include a line item option in the first year to provide a replacement front end for the system with a completely redundant server. To include providing all the hardware, software and middleware as well as all programming to switch from the existing front end to the new one. Contract shall also provide for the contractor paying the annual cost of a DSL line until the external communication system can be switched over to the VLAN. CONTRACT AWARD MEETING The contractor shall not commence performance until a notice of award and to proceed is obtained by the Contracting Officer (CO). GENERAL REQUIREMENTS Contractor shall provide service support five (5) days per week during the contract period 8:00 am to 4:30 pm and 3:30 pm to 12:00 am (midnight) Monday thru Friday excluding Federal Holidays. The Contractor shall provide qualified technicians employed directly by the contractor (i.e. Control System Engineer, Energy Engineer, etc.) to work with Key Facility Management Staff (FMS) (i.e. Michael E. DeBakey VA Medical Center (MEDVAMC) Energy Engineer and MEDVAMC Building Maintenance staff) on BMS tune up, maintenance, calibration, updating, and developing energy conservation control measures and strategies within the BMS, associated equipment and related BSE controlled by BMS. Contractor shall provide tune-up, calibration and maintenance to include an analysis of the Chiller plant control system, HVAC Control system, as well as applicable building control technologies related to MEDVAMC BSE. Contractor shall update and correct deficiencies within the existing BMS system and BSE, increase the energy efficiency of the facility through maintenance of the BMS and BMS to provide options and alternatives that may improve the overall BMS (equipment calibration, system modifications, etc.) during the process. The Contractor shall work with the facility operators, technicians and energy engineer to develop strategies, schedules, setbacks, calibrations, and adjustments associated with the energy utility systems and will make ready for system transfer to the new upgrade. The contractor will also update graphics for each major change to the building or BSE that is made through renovations, editions or equipment replacement if it is not part of the project contract. Contractor shall provide operations and maintenance support to the Energy Control staff by responding to calls of a controls related nature and performing PM, testing, calibration and other work associated with operation of MEDVAMC BSM controls and related BSE controlled by these systems. Contractor shall provide qualified personnel directly employed by their company from 8:00 am to 4:30 pm and 3:30 pm to 12:00 am (midnight) Monday thru Friday excluding Federal Holidays. Call backs outside of the above times shall be responded to within two hours and will be paid at the companies normal overtime rate. The Contractor shall provide newest available on the market parts that are discovered to be defective during the Contractor s schedule service and maintenance program. Contractor shall submit report to the attention of the Contracting Officer (CO) and Contracting Officer Representative (COR) for repair and or replacement. Contractor shall provide save data from the workstation, to include any user-defined software enhancements, trends and point history. Scheduled database saves are designed to significantly reduce downtime in the event of hardware failure (not less than once per week). Contractor shall provide any required preventive maintenance to the energy management systems and components and related BSE controlled by BMS systems to include testing of control and controlled components, replacement of bad components up to the annual limit specified above including valves, dampers and their respective controllers. This shall include all systems both electric and pneumatic. Contractor shall perform repairs to HVAC energy management systems and components and related BSE. Contractor shall utilize HVAC energy management DDC systems to evaluate equipment performance for operational issues. Contractor shall provide HVAC energy management reports that are available within the Metasys systems. Contractor shall make recommendations to VAMC on energy savings opportunities. Contractor shall assist the VAMC on development and programming of HVAC and energy optimization strategies. Contractor shall provide advanced technical support to HVAC and energy management DDC control system to include re-writing software programs and other hardware related issues with Metasys. Contractor must be able to obtain all codes to access all levels of the Metasys system and all levels of all chiller on board control systems. Contractor shall perform comprehensive reviews of the HVAC Direct Digital Controls DDC control system software to develop schedule and model files. Contractor shall Standardize HVAC software programming and sequences throughout the VAMC Complex. Contractor shall provide technical review sessions to MEDVAMC operational and engineering personnel and contract personnel on HVAC system programming as it pertains to MEDVAMC s equipment. Contractor shall provide on-site customer support for HVAC and energy management system operation development and facility planning. Contractor shall develop software graphics, reports and tools for use by MEDVAMC Operations to enhance troubleshooting and equipment optimization. Contractor shall provide linking for the Metasys, application feature shall possess the capability to link other programs. Link shall possess the capability for Excel spreadsheet that has the occupied/ unoccupied schedules. Contractor shall provide advanced programming, testing and inspections of Metasys equipment (i.e. HVAC system programming modifications, tuning Proportional-Integral-Derivative PID loops, etc. ) to include implementing a custom application in Metasys that allows linking to other programs (i.e. Link AutoCAD ACAD drawings for each HVAC system). Contractor shall develop and initiate alternate energy conservation schemes (supply air reset, static set point reset, chilled water reset, optimized start/stop, etc.) Contractor shall investigate Metasys systems and the applicability of each of these programs on a system-by-system basis. Contractor shall develop and implement Energy Spreadsheet Upgrades with the capability to be emailed to a specified list of recipients. Contractor shall provide 80 hours of on-site training and information at no cost to the government for the MEDVAMC engineers, maintenance, and supervisory personnel. On-site training shall provide an understanding of the control applications and features specific to the system. Contractor shall develop a comprehensive modeling program for each building to immediately identify all non-compliant issues. Contractor shall provide information on new technologies and energy management strategies in project form with scope of work and financial analysis Contractor shall not be considered as a VA employee. Contractor shall successfully complete and pass background investigation. COR will provide all necessary documents upon award. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written modifications correspondence from the CO only. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. REPORTING REQUIREMENTS The contractor shall complete a MAXIMO work order for all work completed. Work Orders for all contractor work shall be generated by VA staff. The contractor(s) shall be responsible for filling in all of the details of work completed and returning it to VA staff so the work orders and PM work orders can be closed out in the AEMS/MERS system. This includes all overtime work and callback work. Each work order will be filled in per the Facilities Management Service Work Order policy. All Preventative Maintenance will be completed per the MAXIMO Preventative Maintenance work order system. ALL PM work orders will be given to the COR for closeout at the end of each month. LIQUIDATED DAMAGES: Contractor shall be liable to the Government for losses of production due to significant downtime of equipment which is part of the Metasys system including actuators, controllers, and associated field devices. This will be measured according to the FMSL work order policy which is summarized below: High Priority. Work that should be accomplished within three working days from when the work request is received. Routine. All other work requests. These will be accomplished in the order in which they are received unless other circumstances prevent this, such as waiting for parts. Routine work orders should be completed within 7 seven days if all parts are available. PAYMENT: Invoices shall be paid monthly. Invoices, MUST INCLUDE, at a minimum, the following information: Contract Number and Purchase Order Number. The number of hours worked should be submitted on a spreadsheet, monthly in arrears so the number of hours can be compared to the total hours documented on AEMS/MERS work orders. All parts orders should be submitted separately monthly, in arrears. INSURANCE: Worker compensation and employer's liability: Contractors are required to comply with applicable Federal and State Worker Compensation and occupational disease statutes. General Liability: Contractors are required to have Bodily Injury Liability Insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. Property Damage Liability: Contractors are required to have Property Damage Liability insurance coverage of at least $500,000. GOVERNMENT RESPONSIBILITIES The government has an outside telephone line and the contractor(s) can work on the main energy control computer, however the cost of monthly payments will be borne by the contractor. A workspace within Energy Control is available. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT Contractor shall be Fully Qualified based upon training and on experience in the field. For training, the technicians shall have successfully completed a formalized training program, for the specific equipment located within VAMC. This includes training on the Metasys software and should be able to provide any programming changes or be able to program new installations. The proposed technicians should have attended a minimum 40-hour training course specific to Johnson Controls, Inc Metasys systems and must be able to demonstrate at least annual refresher training for the systems for at least the past three years. For field experience, the technicians shall possess a minimum of three years of experience (except for Metasys equipment newly on the market). The fully qualified technician shall also have a minimum three years experience in working on Refrigeration and HVAC systems including chiller systems, heating systems, hydronic systems, air handling and movement systems and distribution and all other facets of HVAC and refrigeration systems. The technicians shall be employed by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" (as described above) competent technicians. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved technicians for each make and model the Contractor services at the VAMC. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or COR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. Each technician or engineer proposed for this service contract shall meet the requirements as described above. The contractor shall submit qualifications for personnel and technicians proposed for this service contract. The contractor shall identify, by name, the key management and technical personnel who shall work under this contract. The Government reserves the right to review the qualifications of the proposed replacement personnel and to reject individuals who do not meet the qualifications set forth in the SOW. The Contractor shall remove any employee from the performance of this contract within five (5) workdays of receiving notice from the Contracting Officer that the employee's performance is unsatisfactory. All Contractor employees are subject to immediate removal from performance of this contract when they are involved in a violation of the law, VA security, confidentiality requirements and/or other disciplinary reasons. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that; the working papers, application source code, and other material deemed relevant by MEDVAMC, which have been generated by the contractor in the performance of this service contract are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the contract. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All contractor employees who require access to the Department of Veterans Affairs computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. The contractor shall bear the cost. This requirement is applicable to subcontractor personnel requiring the same access. Position Sensitivity - The position sensitivity has been designated as Moderate Risk. Background Investigation - The level of background investigation commensurate with the required level of access is (NACI) National Agency Check with Written Inquiries). Contractor Responsibilities - The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship, and are able to read, write, speak and understand the English language. The contractor shall submit or have their employees submit the required forms (SF 86 or SF 85P, SF 85P-S, FD 258, Contractor Fingerprint Chart, VA Form 0710, Authority for Release of Information Form, and Optional Forms 306 and 612) to the VA Office of Security and Law Enforcement within 30 days of receipt. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the affected employee from working under the contract. Failure to comply with contractor personnel security requirements may result in termination of the contract for default. Government Responsibilities - The COR will provide the necessary forms to the contractor, or to the contractor s employees, after receiving a list of names and addresses. Upon receipt, the COR will review completed forms for accuracy, and forward the forms to the office of Personnel Management (OPM) to conduct background investigations. The COR will notify the CO, and contractor, of adjudication results received from OMB. Upon being notified about a favorable determination, the CO may issue a notice to proceed to the contractor. Government personnel observed Holidays The Government hereby provides notice and Contractor hereby acknowledges receipt that Government personnel observe the listed days as holidays: New Year's Day January 1 Martin Luther King's Birthday Third Monday in January President's Birthday Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas December 25 In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President s Proclamation It is understood and agreed between the Government and the Contractor that observance of such days by Government personnel shall not otherwise be a reason for an additional period of performance, or entitlement of compensation. In the event the Contractor's personnel work during the holiday, they may be reimbursed by the Contractor, however, no form of holiday or other premium compensation will be reimbursed either as a direct or indirect cost, other than their normal compensation for the time worked. The expected period of performance is a base period, plus four (4) options of one (1) year in length, exercisable at the Government s discretion. If this is a service your business can provide, please respond to this Sources Sought Notice by 11:00am CT on October 30, 2018. Responses should include: (1) Business Name (2) Business Address (3) Point of Contact; Name, Phone Number, and E-mail Address (4) DUNS Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE DISABLED VETERAN OWNED, VETERAN OWNED, 8A, HUBZone, WOMAN-OWNED, etc. All businesses eligible to provide this service are encouraged to reply as this information may be used to determine potential set-asides for the above-noted service. Send responses to Shasta Britt via e-mail at shasta.britt@va.gov. This is NOT A REQUEST FOR QUOTE or an announcement of a solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25619Q0028/listing.html)
- Document(s)
- Attachment
- File Name: 36C25619Q0028 36C25619Q0028.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4625927&FileName=36C25619Q0028-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4625927&FileName=36C25619Q0028-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25619Q0028 36C25619Q0028.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4625927&FileName=36C25619Q0028-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX
- Zip Code: 77030
- Zip Code: 77030
- Record
- SN05118737-W 20181011/181009230734-4f014c16cb4061a5c872436ef5658803 (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 |