SOURCES SOUGHT
K -- VA Loma Linda Building Automation Upgrade
- Notice Date
- 12/10/2018
- Notice Type
- Synopsis
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26219Q0189
- Response Due
- 12/13/2018
- Archive Date
- 1/12/2019
- Point of Contact
- peter.kim33@va.gov
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for quote (RFQ) and it does not obligate the Government to award a contract. The purpose of this sources sought announcement is for market research to make the appropriate acquisition decisions and to gain knowledge of potential qualified sources and their Small Business Administration (SBA) size classification in relation to North American Industry Classification System (NAICS) 238220. The Department of Veterans Affairs, Network Contracting Office (NCO) 22 is seeking a source to upgrade building automation system components for the Community Living Center at the VA Loma Linda Healthcare System (VALLHS). Contractor shall provide all labor, materials, supplies, tools, equipment and qualified personnel required to perform the installation IAW the statement of work. Please see attached draft of statement of work (SOW) for pertinent information that details the Government s needs. All interested parties who can provide these calibration services shall provide a written response to this notice and include the following: Company name, Address, Point of contact, Phone, fax, and email, DUNS number, Cage Code, Tax ID Number, Type of small business, e.g. Services Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), HUBZone, Women Owned Small Business (WOSB), Small Disadvantaged Business, or Small Business [NOTE: If you are a SDVOSB or VOSB, you must submit your certification from the Center for Verification and Evaluation (CVE) (https://www.vip.vetbiz.gov/)], Provide a copy of your company s current Representations and Certifications from www.sam.gov, Provide evidence your firm is an Andover/Schneider Electric authorized distributor and/or service provider, and If possible, provide an estimate cost for this service. All responses must be received no later than December 13, 2018, 12:00 PM Pacific Standard Time (PST). In the event, you may need to request information directly from the Government, please call or email Peter Kim, Contract Specialist at peter.kim33@va.gov. When responding via email, ensure the following title is within the subject line of the email: RFI# 36C26219Q0189: Building Automation - VALLHS. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. STATEMENT OF WORK 1. TITLE: The Building Automation Upgrade. 2. BACKGROUND INFORMATION: The VA Loma Linda has a requirement to upgrade the building automation system for the First Floor Community Living Center (CLC). 3. OBJECTIVES: The purpose of this contract is to have a contractor furnish all labor, materials, supplies, tools, equipment and qualified personnel to perform the installation IAW the Scope of Work. 3.A. The existing Distech controls will be replaced with new Andover Controls in the Palliative Care CLC. 3.B. All work and programming will be accomplished by an authorized Andover Controls distributor. 3.C. BAS low voltage wiring materials and installation to be reused or provided new as described below: 3.C.1. Existing enclosures, conduit, cable and wire will be re-used within the project to the extent possible and as applicable. 3.C.2. Existing BAS low voltage control cables and sensor cables shall be reused where practical. 3.C.3. Existing sensors and peripherals will be provided as applicable. Any non-compatible items will be replaced. 3.D. Existing 120v circuit for power to system will be re-used whenever possible. 3.E. Provide project management labor to insure proper installation, timely schedule milestones and complete system-commissioning reports. 3.F. Provide system as-built close-out documentation. 3.G. Provide point database input, application programming, graphics creation, system startup and commissioning as required to provide a full functioning system. 3.H. Provide warranty on all proposed material and labor for 1 year upon beneficial use of system. 3.I. Provide eight (8) hours of customer training at the completion of the project. 4. SCOPE OF WORK: 4.A. Global Controllers 4.A.1. The following Existing Components will be removed by contractor 4.A.1.a. Qty (1) Removal of Existing JACE Network Controller inside Telephone Closet. 4.A.1.b Existing Network Switch and Enclosure inside Telephone Closet to remain. 4.A.2. The Following New Components will be provided and Installed by contractor: 4.A.2.a Qty (1) Provide and Install one (1) New Schneider Electric SmartX Automation Server Network Controller inside Mechanical Room. The Automation Server will be connected to the existing Andover Hospital Network to monitor and manage the existing Building Management System (BMS). 4.A.2.b. Provide and Install New Cat6 cabling from existing Telephone Closet to the existing Mechanical Room. 4.A.2.c. Provide and Install New EMT Conduit from existing Telephone Closet to the existing Mechanical Room. 4.A.2.d. Provide penetration through the wall from existing Telephone Closet to the existing Mechanical Room. 4.B. Mechanical Room 4.B.1. The following Existing Components will be removed by contractor: 4.B.1.a. Qty (1) Existing Distech ECB-650 28-point BACnet Controller 4.B.1.b. Existing Enclosure and equipment to be re-used as necessary. 4.B.1.c. Qty (1) Existing Outside Air Combo Temperature/Humidity Sensor 10K Ohm Type II Thermistor. 4.B.1.d Qty (2) Existing Chilled Water Supply & Return Temperature Sensor s 10K Ohm Type II Thermistors. 4.B.1.e. Qty (2) Existing Hot Water Supply & Return Temperature Sensor s 10K Ohm Type II Thermistors. 4.B.1.f Qty (3) Existing Chilled Water and Hot Water Differential Pressure Transmitters. 4.B.2. The Following New Components will be Provided and Installed by contractor: 4.B.2.a. Qty (2) Provide and install two (2) New Schneider Electric SmartX I/O Modules to be connected to the new Andover Controls System to monitor and control the Central Plant that serves the Community Living Center, (CLC). 4.B.2.b. Qty (1) Provide and install one (1) new Outside Air Combo Temperature/Humidity Sensor 10K Ohm Type III Thermistor. 4.B.2.c. Qty (2) Provide and install two (2) new Chilled Water Supply & Return Temperature Sensors 10K Ohm Type III Thermistors. 4.B.2.d. Qty (2) Provide and install two (2) new Hot Water Supply & Return Temperature Sensors 10K Ohm Type III Thermistors. 4.B.2.e. Qty (3) Provide and install (3) Chilled Water and Hot Water Differential Pressure Transmitters. 4.B.3. Low voltage wiring and conduit will be re-used as required for connection to the new Andover Controls System. 4.B.3.a. Provide programming, commissioning & testing as required. 4.B.3.b. Provide graphics and mapping of points. 4.B.3.c. Provide as-built drawings, close out documents & project management. 4.C. Mechanical Room, Hot Water Pumps 4.C.1. Qty (2) Existing hot water pumps will be connected to the new Andover Controls System and communicate through BACnet. 4.D. Air Handling Unit AH-50 4.D.1. The following Existing components will be removed by contractor: 4.D.1.a. Qty (1) existing Distech ECB-650 28-Point BACnet Controller. 4.D.1.b. Qty (1) existing Distech ECX-400 I/O Extension Module. 4.D.1.c. Qty (1) existing Return Air Combo Temperature/Humidity Sensor 10K Ohm Type II Thermistor. 4.D.1.d. Qty (1) existing Mixed Air Temperature Sensor 10K Ohm Type II Thermistor. 4.D.1.e. Qty (1) existing Supply Air Temperature Sensor 10K Ohm Type II Thermistor. 4.D.1.f. Existing enclosure and equipment to be reused as necessary. 4.D.2. The following new components will be provided and installed by contractor: 4.D.2.a. Qty (2) provide and install two (2) new Schneider Electric SmartX I/O modules to be connected to the new Andover Controls System to monitor and control the Air Handler that serves the Palliative Care Community Living Center (CLC). 4.D.2.b. Qty (1) Provide and install one (1) New Return Air Combo Temperature/Humidity Sensor 10K Ohm Type III Thermistor. 4.D.2.c. Qty (1) Provide and install one (1) New Mixed Air Temperature Sensor 10K Ohm Type III Thermistor. 4.D.2.d. Qty (1) Provide and install one (1) New Supply Air Temperature Sensor 10K Ohm Type III Thermistor. 4.D.3. Provide programming, commissioning & testing as required. 4.D.4. Provide alarming as required. 4.D.5. Re-mapping of points to existing Andover AHU graphic is specifically included. 4.D.6. Provide as-built drawings, close out documents & project management. 4.E. Terminal Unit Controls, Qty. (27) VAV s with Reheat 4.E.1. The following Existing Components will be removed by contractor: 4.E.1.a. Qty (27) Existing Distech Single Duct VAV with Reheat Controllers. 4.E.1.b. Qty (27) Existing Distech Smart Vue Zone Temperature Sensors 10K Ohm Type II Thermistors. 4.E.1.c. Qty (27) Existing Discharge Air Temp Sensors 10K Ohm Type II Thermistors. 4.E.1.d. Existing Low Voltage Power & Conduit to be reused at the Controller level. 4.E.2. The following new components will be provided and Iinstalled by contractor: 4.E.2.a. Qty (27) provide and install twenty-seven (27) new Andover Single Duct with Re-heat Controllers for connection into the new Andover Controls System. 4.E.2.b. Qty (27) provide and install twenty-seven (27) new Smart Stat Temperature Sensors 10K Ohm Type III Thermistors. 4.E.2.c. Qty. (27) provide and install twenty-seven (27) new Discharge Air Temp Sensors 10K Ohm Type III Thermistors. 4.F. Provide and install new low voltage wiring for the new Smart Stat Temperature Sensors. 4.G. Provide and install new communication wiring to each zone controller to be connected to the new Andover Controls System. 4.H. Existing conduit to be re-used as required. 4.I. Provide programming, commissioning and testing as required. 4.J. Provide graphics and mapping of points to include updating room numbers to current assignments. 4.K. Provide as-built drawings, close out documents & project management. 5. EXCLUSIONS & CLARIFICATIONS 5.A. Exclusions: 5.A.1. Equipment not in this proposal or not currently on the system. 5.A.2. Air flow stations and Transducers do not exist and are not part of the scope of work. 5.A.3. Smoke detector status. 5.A.4. Smoke control is not included and is to occur outside of the new BAS. 5.A.5. Freezestats. 5.A.6. Fire Life Safety components including smoke detectors, separation dampers, and isolation dampers. 5.A.7. Fire Life Safety sequence of operation, wiring, and control is not part of this proposal. 5.A.8. Any modifications or contracting with the Fire Life Safety Contractor. 5.A.9. External network configuration, firewalls and virus protection. 5.A.10. Air balance. 5.A.11. Bonds, permits or utility fees. 5.A.12. It is assumed that mechanical and peripheral components, pumps, and devices are in operating conditions. Replacement of items not listed in this scope of work will be repaired or replaced at an additional cost. 5.B. Clarifications: 5.B.1. High Static shutdown tie-in is specifically included. 5.B.2. Work to be performed during normal working hours and overtime. Cutovers of Critical systems will be scheduled early in the morning or over a weekend and will be scheduled with customer one week in advance. Terminal unit installation will be during normal working hours. 5.B.3. Only EMT conduit is included. Plenum cable will be used in ceiling and concealed spaces. 5.B.4. Back plates will be used to cover existing holes in walls that will not be covered by the new wall sensors. 5.B.5. Fire caulking will be provided for any penetrations affected by scope of work. 5.B.6. Existing Fire Life Safety hardwire points and relays at the mechanical equipment will be reconnected. 5.B.7. Ceiling and wall patching, repair or painting, including thermostat locations is provided by contractor. 5.B.8. Contractor to provide 1 year warranty on parts, labor, and programming from date of substantial completion. 5.D. Services perform shall conform to industry standards and this statement of work (SOW), and Lockout-tagout procedures are to done according to (OSHA Standard29 CFR 1910.147.) VA Loma Linda Healthcare Systems Policies and regulations. 6. PERIOD OF PERFORMANCE: Work shall commence within 7 days of award and be completed within 120 days. 7. PLACE OF PERFORMANCE: VA Loma Linda Healthcare Systems, 11201Benton Street, Loma Linda, CA 92357 8. LICENSING REQUIREMENTS: 8.A. Offeror must be certified and possess a current certification by CSLB California State License or any other nationally recognized accrediting entity. 8.B. Offeror must possess a 30 hour Occupational Safety and Health Administration (OSHA) safety card. (Must be a vendor in our system and System for Award Management (SAM) 9. ADDITIONAL REQUIREMENTS: 9.A. NFPA 70E - Technicians must be trained to understand the specific hazards associated with electrical energy according to NFPA 70E, Standard for Electrical Safety in the Workplace. 9.B. Contractor must be an authorized Schneider Electric (Andover) Distributor/Dealer. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0189/listing.html)
- Place of Performance
- Address: VA Loma Linda Healthcare System;11201 Benton Street;Loma Linda
- Zip Code: 92357
- Country: USA
- Zip Code: 92357
- Record
- SN05170268-F 20181212/181210230017 (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 |