SPECIAL NOTICE
J -- Maintenance and Reprogramming on Metasys Building Automation system (BAS) at Oklahoma City VA Health Care System and at Lawton VA Clinic
- Notice Date
- 8/18/2020 2:34:40 PM
- Notice Type
- Special Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25920Q0623
- Archive Date
- 11/16/2020
- Point of Contact
- monica.gary@va.gov, Monica Gary, Phone: 918-577-3855
- E-Mail Address
-
monica.gary@va.gov
(monica.gary@va.gov)
- Awardee
- null
- Description
- The Oklahoma City VA Health Care System (OKCVAHCS) intends to negotiate a sole source firm-fixed priced Task Order with one large business, Johnson Controls, Inc. at 507 E. Michigan Street in Milwaukee, Wisconsin 53202. Procurement Requirement: The VA requires the successful contractor to provide maintenance and support for the VA-owned Metasys® Building Automation System (BAS) located at OKCVAHCS, 921 NE 13th Street, Oklahoma City, OK 73104. Johnson Controls, Inc. is the original equipment manufacturer (OEM). Due to a lack of contracted maintenance with the OEM, the Metasys BAS no longer functions as the OEM originally intended because it has deteriorated and is now disorganized due to many changes that have taken place throughout the years. Upon service completion the Metasys® BAS should function like the OEM originally intended, barring reported necessary system updates, and the VA anticipates the BAS should allow VA Engineers to control the heating, ventilation and air conditioning of the facility with independence, organization, effectiveness, efficiency, ease with minimal issues. The Metasys® BAS manages and dictates air supply and is critically related to airborne pathogen control and total airflow control. This is an extensive network with control devices located throughout the main hospital and outbuildings located at Oklahoma City VA Health Care System and at Lawton VA Clinic. The VA requires the successful contractor to reassign the correct rooms and points across the 1,000,000 square foot facility. The VA requires the successful contractor to provide training to VA staff on proper use of building controls as the contractor performs the maintenance and support service. The VA requires the successful contractor to re-map and assess the current building system and provide a report with any necessary updates as found. The VA requires the successful contractor to provide a final post-maintenance recap class for at least ten VA Engineering staff once the remapping and assessment is complete. The entire service is anticipated to be complete within 3 months from date of contract award and contract award is anticipated in September 2020. The VA will not consider replacing the entire BAS. This contract action is for services for which the Government intends to procure from one source through the General Services Administration, under the authority of Federal Acquisition Regulation 8.405-6 (a)(1)(i)(B), only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. Interested parties may identify their interest and capability in response to this notice. Johnson Controls, Inc. is the only vendor capable of providing the proprietary services for the VA-owned Metasys® Building Automation System. The North American Industry Classification System for this requirement is 238220 with a small business size standard of $16,500,000.00. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS. No solicitation documents are available and telephone requests will not be accepted. However, any firm that believes it can meet these requirements may give written notification to the Contracting Officer by 09:00 A.M., Central Standard Time, on Wednesday, August 25, 2020 in order to establish the ability of the source to meet the Procurement Requirement. Information must be sent to Monica Gary, Contract Specialist, at monica.gary@va.gov. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. Responses received will be evaluated however; a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Contracting Office will proceed with the sole source negotiation with Johnson Controls, Inc. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirements identified herein. The Government requires the questions answered on the attached notice of intent to sole source for all submitted written notification. Qualified and interested vendors must provide a capability statement, complete the following information and email to VA Contracting Officer, Monica Gary, at monica.gary@va.gov A word version of this form is available on the Sources Sought Notice page on Contract Opportunities (BETA.SAM.gov). In your reply, please provide the following: Reference the FBO Sources Sought Notice number in all communication: 36C25920Q0623 Company Name and POC Details: _____________________ Company DUNS number: _______________ Company Size, as it relates to NAICS code 238220 Plumbing Heating and Air Conditioning ($16.5M annual revenue): Small Business / Other than Small Business (select one) Company Qualifications as described above. Include certification or documentation that demonstrates your company or subcontractor has certified technicians authorized by the OEM to perform the necessary Metasys BAS maintenance and support services described in the Procurement Requirement of this notice. For example, this could be an authorization letter from the OEM, that supports and authorizes your company to provide services to the VA that satisfy the Procurement Requirement. This can be from the company you would use as a subcontractor. Company would use a subcontractor to perform services: YES, we would use a SUB / NO, we would be the PRIMARY (select one) Company s Recent Experience of Similar Size, Scope and Complexity to what is described in the notice. Be sure to clearly identify any Government Wide Agency Contracts, General Services Administration Schedules, Indefinite Delivery Indefinite Quantity contracts, and/or Blanket Purchase Agreements. This can be US Federal contracted experience or experience performing services in the commercial sector: ______________________________________ Only written responses, to items 1 through 7 above, will be accepted at this stage. Do not submit additional documentation or attachments outside these requirements unless your company POC receives a direct request in writing by the Contract Specialist. Information is being gathered for market research purposes only. Industry exchanges are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a notice in accordance with Federal Acquisition Regulation (FAR) 5.207 and on the requirement, that exists for the VA Medical Center(s) identified in this notice. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this notice. No classified information should be included in the notice response. Should you have concerns regarding this notice you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this notice. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp To become a CVE-verified VOSB or SDVOSB visit https://www.vip.vetbiz.va.gov/
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2b4a2a6e34ec402f819474960e5d79bf/view)
- Record
- SN05762602-F 20200820/200818230157 (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 |