Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2020 SAM #6707
SOLICITATION NOTICE

J -- HVAC Service Sepulveda

Notice Date
4/8/2020 3:04:12 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0476
 
Response Due
4/29/2020 12:00:00 AM
 
Archive Date
05/14/2020
 
Point of Contact
Peter Kim peter.kim33@va.gov
 
E-Mail Address
peter.kim33@va.gov
(peter.kim33@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: VA GLA Sepulveda HVAC 1.B. Description: Contractor will provide all labor, materials, tools, equipment and technical expertise for the maintenance of the Metasys Building Automation System and York Chillers at VA Greater Los Angeles Healthcare System s Sepulveda and Los Angeles Ambulatory Care Centers. 1.C. Project Locations: 1.C.1. Sepulveda Ambulatory Care Center, 16111 Plummer St, North Hills, CA 91343 1.C.2. Los Angeles Ambulatory Care Center, 351 E Temple St, Los Angeles, CA 90012 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0476. 1.E. Set Aside: This solicitation is 100% set aside for Service-Disabled Veteran Owned Small Businesses IAW Public Law 109-461, 38 USC Section 8127 1.F. Applicable NAICS code: 238220, Plumbing, Heating and Air Conditioning Contractors 1.G. Small Business Size Standard: $16.5 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: Base Year + up to Four (4) Option Years 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5614, revision 14 1K. Key solicitation milestones are: 1.K.1. A site survey will be conducted at 1000 PST Friday, April 17, 2020. Participants will meet at Sepulveda Building 1 conference room B125, 16111 Plummer St, North Hills, CA 91343. Please email peter.kim33@va.gov to indicate that you are participating in the site survey 1.K.2. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 1000 PST Wednesday, April 22, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on beta.sam.gov 1.K.3. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 1000 PST Wednesday April 29, 2020 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet: 1.K.3.A. Vendor Information 1.K.3.B. Acknowledgement of amendments 1.K.3.C. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 1.K.3.D. Schedule of services 1.K.3.E. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 2. Statement of Work for Metasys Building Management System (BMS) service contract. 2.A. Background. The Johnson Control Metasys System has been installed at the Sepulveda Ambulatory Care Center (SACC) to monitor and control all critical and non-critical mechanical equipment throughout the facility. The system is currently monitoring and controlling the temperature, humidity, and pressures required by Joint Commission. The system also monitors the critical alarms and provide Notifications to facility staff to provide timely response to emergencies. The Metasys System was originally furnished and installed in 1990 s by Johnson Controls, Inc. who is the manufacturer/provider of the Metasys System products listed on GSA contract number GS-07F-190CA. This location has several versions of older Metasys Controller, sensors, and devices that are not available from any other source. 2.B. Scope. It is the intent of the Government to establish a Firm Fixed-Price (FFP) contract for a base year with the Government s option to extend up to four (4) one-year option periods, to provide preventative maintenance and repair services (including required software subscriptions) for Government-owned Johnson Controls Metasys building automation systems and York chillers. 2.B.1. Metasys Building Automation Systems 2.B.1.A. The Contractor shall furnish all personnel, labor, supplies, tools, equipment, transportation, supervision and other non-personnel services necessary to perform preventative maintenance and repair service of Government-owned Metasys building automation systems. All parts required to perform these services shall be provided by the Government, with the exception of those required by paragraph 2.B.3. 2.B.1.B. The Contractor shall provide two (2) eight (8) hour scheduled service visits per month for Sepulveda Ambulatory Care Center to maintain the covered equipment and software systems. 2.B.1.C. The Contractor shall provide one (1) eight (8) hour scheduled service visit per month for Los Angeles Ambulatory Care Center to maintain the covered equipment and software systems. 2.B.1.D. Site visit schedule shall be coordinated with the COR. The Contractor shall perform the required services on the 1st and 3rd Tuesday of each month from 7:00 AM to 3:30 PM. In the event that the scheduled visit cannot be met due to unforeseen circumstances, the Contractor shall re-schedule the required visit with the COR. 2.B.1.E. Prior to commencement of work, the Contractor must check-in at the HVAC Shop. The COR will inform the Contractor if there any repair services required outside the area of their expertise. The work to be performed shall also include programming field controllers, replacing defective controllers or sensors with parts provided by the Government, calibration of sensors, backing up database and install new software updates at no additional cost. 2.B.1.F. The Contractor shall provide software maintenance on the Metasys building automation system. This maintenance shall consist of the following: 2.B.1.F.1. Base Software Maintenance: The Contractor shall maintain system software, application software and energy management software. Task to be provided shall include, but not limited to reviewing current data files to verify that current application programs are working properly. Support of application software shall be provided to maximum system utilization. The Contractor shall perform on-site evaluation and implementation of changes to improve system operation. 2.B.1.F.2. Software Updates: The Contractor shall install software updates as they become available from the factory with the approval of the COR prior to installation. The update shall enhance current system performance and prevent system obsolescence. The Contractor shall install these updates within 30 days of their release by factory. 2.B.1.F.3. Back-up Services: All software databases for the Metasys building automation system shall be backed up semi-annually or as systems modification dictates, using Government-owned external server located at the Air Conditioning Shop of the participating facility. This service shall provide 100% recoverability of these databases in the event of any catastrophic equipment failures. These backups shall be maintained in Father, Grandfather, and Great Grandfather files. 2.B.1.F.4. All software modifications and tuning parameters shall be documented appropriately to provide future service personnel with an ability to easily identify all programs that are affected. 2.B.1.G. The Contractor shall provide two (2) each, four (4) hour on-site training sessions annually on the latest operating system for the Metasys building automation system for no more than six (6) Government personnel at a time, at no additional cost to the Government. 2.B.1.H. The Contractor shall provide the latest Metasys training in the official training institute for (6) government personal in the first year of the contract. 2.B.1.J. The Contractor shall provide repair services as required to keep the Metasys building automation system in optimum operating condition. All parts necessary for the repair service shall be provided by the Government. All required repair services shall be provided only during the scheduled visits. Inadequate or improper repair performed by the Contractor shall be repaired correctly at a time convenient to the Government at no additional cost. 2.B.2. York Chillers 2.B.2.A. The Contractor shall furnish all personnel, labor, supplies, parts, tools, equipment, transportation, supervision and other non-personnel services necessary to perform preventative maintenance and repair service of Government-owned Johnson Controls York Chillers Premium Package. 2.B.2.B. The lists of covered equipment are as follows: 2.B.2.B.1. One (1) York Air LCHAC-10-46 Cooled Chiller, Serial # NONE 2.B.2.B.2. Three (3) York YTB1C1B2-CJE Centrifugal Chillers Serial # MRP508551, MRP508552, MRP508553 2.B.2.C. The Contractor shall provide eleven (11) operational visits and one (1) comprehensive visit to fulfill the required services on all four (4) covered equipment. All routine preventative maintenance work shall be coordinated with the COR and shall be performed during normal business hours, Monday through Friday from 7:30 AM to 4:00 PM. 2.B.2.C.1. Operational Visits: 2.B.2.C.1.A. The Contractor shall check-in with the COR or designee at the Engineering Department, Room P212 for any operational deficiencies since last visit. 2.B.2.C.1.B. The Contractor shall check the overall condition of all units including system pressures and temperatures, refrigerant charge, compressor oil levels, crankcase heater, condition of condenser coils, condenser fan blades and motors, unusual noise and vibration. 2.B.2.C.1.C. The Contractor shall visually inspect for refrigerant and oil leaks, motor starter and operating controls. 2.B.2.C.1.D. The Contractor shall complete a maintenance checklist and provide a written service report to include any observations on the covered equipment. 2.B.2.C.2. Annual Comprehensive Visit. The Contractor shall perform the following: 2.B.2.C.2.A. Provide all services required during operational visits of covered York chillers. 2.B.2.C.2.B. Clean air-cooled condenser with a spray on chemical solution and rinse thoroughly with water. 2.B.2.C.2.C. Clean water-cooled condenser by removing head, mechanically brushing tubes, conduct visual inspection of tubes, replace head and clean surrounding area. 2.B.2.C.2.D. Conduct refrigerant leak check and document results on South Coast Air Quality Management District (SCAQMD) acceptable forms. 2.B.2.C.2.E. Extract oil sample for analysis. 2.B.2.C.2.F. Remove used oil, replace oil filter, refill unit with new manufacturer recommended oil. 2.B.2.C.2.G. Meg ohm test compressor motor. 2.B.2.C.2.H. Replace purge filter and reset purge counter. 2.B.2.C.2.J. Check overall condition of all units including, but not limited to: compressor oil level, capacity control linkage, oil heater, safeties, operating controls, unusual noise and vibration. 2.B.2.C.2.K. Lubricate motor bearings. 2.B.2.C.2.L. Inspect starter, check and tighten electrical connections. 2.B.2.C.2.M. The Contractor shall complete a maintenance checklist and provide a written service report to include any observations on the covered equipment. The Contractor shall submit one copy of the service report to the Maintenance Mechanic Leader or designee and one copy shall be emailed to the COR. 2.B.2.D. Premium 24/7 Service/Repairs. The Contractor shall provide all parts, equipment, tools and labor associated with the repair of the covered four (4) York Chillers. Inadequate or improper repair performed by the Contractor shall be repaired correctly at a time convenient to the Government at no additional cost. There shall be no limitation to the number of labor hours provided within the stipulated timeframes of contract coverage. 2.B.2.E. The Contractor shall furnish all required factory-certified equipment manufactured parts at no additional cost to the Government, provided that the replacement of the part is required because of normal wear and tear, or outright failure, or as otherwise deemed necessary by the Contractor. Hardware and software updates shall be scheduled and performed during normal working hours at no additional cost to the Government. 2.B.2.F. The Contractor shall provide emergency service on an unlimited basis at no additional cost to the Government. Emergency service shall be defined as any circumstances that directly affect patient care. This requirement shall be provided as often as required on a twenty-four (24) hour basis, weekends, and legal federal holidays. The Contractor shall respond to an emergency call within two (2) hours after notification from the Contracting Officer (CO), COR, or their designee. 2.B.2.G. The Contractor shall provide interim service calls and technical support required to troubleshoot and restore failed equipment and software system. Telephone assistance shall be available twenty-four (24) hours a day, seven (7) days a week. 2.B.2.H. The Contractor shall acknowledge requests for service by telephone within thirty (30) minutes. The Contractor shall respond and arrive on-site, as necessary within four (4) hours after notification of service request. Prior and upon arrival at the facility, the Contractor shall contact the Maintenance Mechanic Leader or designee during normal business hours. 2.B.3. Metasys Component Upgrade 2.B.3.A. During the base year, the contractor will upgrade old and obsolete controllers in Sepulveda building 200. Specific requirements include: 2.B.3.A.1. Replace Old Obsolete DX, AHU, UNT and XT controllers with new FEC series controllers as listed below. PART # DESCRIPTION QTY A70HA-1C DUCT, MLT, SP=15-55 F (-9-13 C),STG=2 3 AFS-460 DIF,0.4 - 12 INWC, DIF=MR, NC 16 DPT2302-050D PRESS SENS, DP,0-50 PSI, VDC,0.25% 32 FTG18A-600R REMOTE MTD PROBE 46 HE-67N3-0N00P SENSOR,3%RH & 1K NI TEMP, DUCT-PRO 28 M9220-GGA-3 20NM, SR, DPR ACT,0-10 VDC,24 VAC 96 MS-FEC1611-1 MS-FEC1611-1 FINAL 16 MS-IOM2721-0 MS-IOM2721-0, IN/OUTPUT 32 MS-NCE2560-0 NCE, 33 POINTS, MSTP 2 MS-VMA1620-1U 5PT VAV 17 NS-BHB7003-0 3X4.5 T/H D ADJ. T 3% ADR 14 NS-BTB7001-0 TE, F/C, DIS, ADJ, OCC, PJ 17 PAG100U11EC0-1 SMOKE CONTROL PNL, 2 PAKG00U11AC0-1 SMOKE CONTROL, ENCLOSURE 6 PAKGJG002AH0 FEC2611/IOM2711,20X24 8 RH2B-ULAC24V DPDT,10A, HC=24 VAC, W/LED 14 RIBU1C SPDT,10A, HC=10-30 VAC/DC, W/LED 48 SH2B-05 DPDT RELAY BASE FOR RH2B 48 TE-6001-8 AVERAGING ELEMENT HOLDER 26 TE-6300W-102 T-WELL 6"" SS DIRECT MNT 10 TE-6311M-1 8"" 1000 OHM NI DUCT TEMP 32 TE-6316M-1 NICKEL DUCT AVERAGE,17 FEET 26 TE-631AM-2 WELL TEMP SEN 6"" 1K NI 10 TE-631GV-2 NICKEL DUCT PROB,4 INCHES 17 VG1241AG+9A4AGA 1/2"" 2W BALL VALVE 4.7CV 17 VG1241FR+910HGC 2W 2 NPT CV29 2SPDT 20 VG1241FR+938GGC 2"" 2W BALL VALVE 29.2CV 12 VG2831VM+916GGA 4"", 3W, GLOBE, NSR, PROPORTIONAL 4 Y64T15-0 TRANSFORMER UL CLASS 2 16 Y65T42-0 TRANSFORMER UR CLASS 2 17 Smoke Control Ann Annunciator 1 2.B.3.A.2. Replace all pneumatic actuators with new electric actuators that control Mix air damper, discharge air damper and economizer damper. Replace linkage as needed. 2.B.3.A.3. Replace Temperature, Differential Pressure and Air Flow sensors as needed for compatibility or if defective. 2.B.3.A.4. Reuse existing enclosures, conduit and wiring for the new devices where possible. 2.B.3.A.5. Replace the Smoke Control annunciator panel. 2.B.3.A.6. Provide and install DDC controls for (1) AHU located in the pool area. 2.B.3.A.7. Contactor shall comply with the safety regulations of the VA Medical Center during this project. 2.C. Contractor Qualifications. 2.C.1. The contractor shall ensure all field service representatives performing PM and repair services on all covered equipment specified herein possess and maintain current training certification from Johnson Controls. Contractor personnel performing must be fully qualified and competent to provide the required services. ""Fully qualified"" is defined as certified, trained and experienced to provide the services described herein. All service engineers/technicians shall possess a completed Johnson Control Metasys and York factory training certificates with a minimum of five (5) years field experience. 2.C.2. Contractor shall have access to and provide all manufacturer software and updates. 2.D. Performance Monitoring. The COR will monitor the scheduled maintenance and services will be backed by a receipt of services performed on the scheduled days agreed upon by the VA and contractor. 2.E. General Requirements. 2.E.1. Changes. The awarded Contractor is advised that only the Contracting Officer, Peter Kim, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 2.E.2. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.E.3. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.E.4. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There are no designated smoking areas. 2.E.5. Normal Working Hours. Normal working hours are 7:00am-4pm Monday through Friday. 2.E.5.A. Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.E.5.B. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.E.5.C. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.E.5.D. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.E.6. Insurance Coverage. 2.E.6.A. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.E.6.B. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.E.6.C. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.E.6.D. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05, dated 03/30/2020. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. FAR 52.212-1, Instructions to Offerors Commercial Items 3.B. FAR 52.212-2, Evaluation Commercial Items 3.C. FAR 52.212-4, Contract Terms and Conditions Commercial Items 3.D. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Commercial Items 3.E. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 3.F. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance 3.G. FAR 52.233-2, Service of Protest 3.H. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution 3.I. VAAR 852.233-71, Alternative Protest Procedure
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c98e58bc295f414faab8ba6545854431/view)
 
Place of Performance
Address: VA Greater Los Angeles;Sepulveda Ambulatory Care Center; 16111 Plummer St, North Hills, CA 91343;Los Angeles Ambulatory Care Center; 351 E Temple St, Los Angeles, CA 90012, USA
Country: USA
 
Record
SN05614286-F 20200410/200408230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.