SOURCES SOUGHT
N -- Install Control Sensors for Johnson Controls Metasys Network Automation Building Management System
- Notice Date
- 9/6/2022 4:48:52 PM
- Notice Type
- Sources Sought
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q1689
- Response Due
- 9/8/2022 4:00:00 PM
- Archive Date
- 11/07/2022
- Point of Contact
- Gene.Chu2@va.go, Chu, Gene, Phone: (562) 766-2308
- E-Mail Address
-
gene.chu2@va.gov
(gene.chu2@va.gov)
- Awardee
- null
- Description
- RFI # 36C26222Q1689 REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT ISSUED FOR MARKET RESEARCH DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. REQUIREMENT DESCRIPTION Control Sensors for New Monitoring Points Hot Water Distribution Responses to this Sources Sought request shall be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of small business capabilities, including Service Disabled Veteran Owned Small Business and Veteran Owned Small Business (SDVOSB/VOSB) interested sources capable of performing the work. The NAICS for this requirement is NACIS 238990 All Other Specialty Trade Contractors. SCOPE-Requirement Description General. Installation of control sensors with set-up of critical alarm set points, notification and trending reports, mapping new points to existing building management system, and programming/ commissioning all new points to monitor critical mechanical room areas through Johnson Controls Metasys® Software. Contractor will provide all required material to fully complete the job at the following: VA Long Beach Healthcare System 5901 East 7th Street Long Beach, CA 90822 Typical VA Hours will be Monday - Friday 8:30 AM to 4:30 PM local time, excluding Federal Holidays New Year s Day Martin Luther King Day President's Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day The Government will accept any wider range of coverage offered (i.e. 24/7, holidays included, etc.) The contract will be set up for an estimated completion of four months under a firm-fixed price, anticipating to award in September 2022. The criteria for selecting the contractor will be based on installation of the Brand Name or Equal to the following control sensor requirements which must be compatible with the existing Johnson Controls Metasys® Software building management system (Contractor shall coordinate with Johnson Controls for programming requirements): The Brand Name for controls sensors is Hach. All 12 sensors must have capability for outlet/inlet temperature between 5 - 40 °C (41 - 104 °F), with programmable setpoints for the following monitoring points: Monitoring Points Contractor shall connect building 165/166 (Mechanical Room E003) Hot Water Distribution System. To include the following monitoring points: Hot Water Supply High Temperature Alarm Status. Install Hot Water Discharge Sensor. Contractor shall connect building 164 (Penthouse Mechanical Room) Hot Water Distribution System. To include the following monitoring points: Hot Water Supply High Temperature Alarm Status. Contractor shall connect building 7 (Caged Room 12A) Hot Water Distribution System. To include the following monitoring points: Hot Water Supply High Temperature Alarm Status. Heat Exchanger Dump Valve Status. Contractor shall connect building 1 (Mechanical Room B-018) Hot Water Distribution System. To include the following monitoring points: Hot Water Supply High Temperature Dump Alarm Status. Heat Exchanger Dump Valve Status. Contractor shall connect Building 133 (Mechanical Room W61) Hot Water Distribution System. Contractor shall connect Building 128 (Mechanical Room C204) Hot Water Distribution System. To Include the following monitoring points: Hot Water Supply High Temperature Dump Alarm Status. Contractor shall connect the Bulk Liquid Oxygen Storage Tank, Telemetry Unit, for the monitoring of Cryogenic level and pressure measurements of storage tank. This requires running 120V AC power line to the Telemetry Unit and Metasys communication cables (Metasys Controller located in building 5C HVAC Shed). Oxygen Tank Level Telemetry already has a two-channel isolation card installed for the Metasys and also needs a 24volt connection. Contractor shall connect Building 160 (Water Heater Room 124) Hot Water Heaters. To include the following monitoring points: Install (Mirius RS-485) gateway to electric water heaters one and two; Water Heater Control Panel to communicate and monitor heater points. [Heater Model (1) DSE-40A-200, S/N 1830111275818. [Heater Model (2) DSE-40A-200, S/N 1830111275817] Install two industrial control communications gateway(s) (XLTR-1000 RS-485). Contractor shall connect Building 126 (Mechanical Room 625) Hot Soft Water Heater. To include the following monitoring points: Install (Mirius RS-485) gateway to hot soft water heater control panel to communicate and monitor different points. [Heater Model DSE-100A, S/N 0939R000030]. Install industrial control communications gateway (XLTR-1000 RS-485). Contractor shall connect Building 126 (Mechanical Room 31) Hot Water System. To include the following monitoring points: Horner X10 OCS (HE-X10R) Touchscreen PanelView, to be able to monitor 21 Hot Water Temperature Return Lines Status. Recirculation pump, to monitor the On/Off (current sensor), operation status. Reconnect/Extend On/Off (current sensor) from recirculation pump from wall junction box to panel view (approximately 5 feet away). Hot water over-temperature valve status. Contractor shall connect Building 125 Domestic Cold Water, inlet to water pumps. Contractor shall provide the Incoming City Water Quality Monitoring. Components as follow: Contractor shall install HACH CL 17sc Colorimetric Chlorine Analyzer P/N 8572900, QTY. (1) Contractor shall install HACH Reagent Kit for Free Chlorine P/N 2556900, QTY. (3) Must detect ranges: 0.03 - 5.00 mg/L Cl for CL17, 0.03 - 10.00 mg/L Cl for CL17sc Contractor shall install HACH CL 17 Installation kit P/N 8565700, QTY. (1) Contractor shall install HACH ¾ Flow Cell Assembly P/N 9180200, QTY. (2) Contractor shall install HACH 1 Flow Cell Assembly P/N 9180200, QTY. (1) Contractor shall install HACH pHD sc Digital Differential Sensor P/N DPD1P1, QTY. (1) Contractor shall install HACH Digital Inductive Conductivity Sensor P/N D3725E2T, QTY. (1) Accuracy: ± 0.01 % of reading, all ranges Body Material: Polypropylene Cable Length: 22 ft Flow: Rate 3 m (10 ft.) per second, maximum Material: Polypropylene Mounting: Convertible Operating Temperature Range: -10 - 200 °C Range: 200 µS/cm - 2000 mS/cm Sensor Cable: Polypropylene and PVDF Sensors: 5 conductor (plus two isolated shields) cable with XLPE (cross-linked polyethylene) jacket; rated to 150 °C (302ºF); 6 m (20 ft.) long Sensor Type: Digital Temperature Sensor: Temperature Compensator Pt 1000 RTD Warranty: 12 months Wetted Materials: Polypropylene, PVDF, PEEK® or PFA® Contractor shall install HACH Digital SC4500 Controller P/N LXV525.99E11551, QTY. (3) Altitude: 2000 m (6562 ft) maximum Analog Output Functional Mode: Linear, PID Communication (optional): Analog: Five 0-20 mA or 4-20 mA analog outputs on each analog output module up to two analog Input modules (0-20 mA or 4-20 mA). Each input module replaces a digital sensor input. Digital: Profibus DPV1 module Modbus TCP Profinet IO module Ethernet IP module Compatible Instruments: Compatible Sensors and Analyzers / Software Version (Release Year) Amtax sc / V2.30 (2018) or higher A-ISE sc / V1.02 or higher AN-ISE sc / V1.08 (2013) or higher N-ISE sc / V1.02 or higher Nitratax clear sc, Nitratax eco sc, Nitratax plus sc / V3.13 (2013) or higher Phosphax sc / V2.30 (2018) or higher Phosphax sc LR/MR/HR / V1.01 (2018) or higher TSS sc / V41.73 (2013) or higher Solitax sc / V2.20 (2013) or higher TU5300sc, TU5400sc / V1.34 (2017) or higher SS7 sc (in Bypass) / V1.06 (2006) or higher Ultraturb sc / V3.06 (2017) or higher 1720E / V2.10 (2006) or higher Sonatax sc / V1.15 (2016) or higher CL17sc / V2.7 (2019) or higher CL10sc / V1.14 (2013) or higher 9184sc, 9185sc, 9187sc* / V2.03 (2013) or higher Uvas plus sc / V3.01 (2017) or higher LDO 2 sc* / V1.22 (2013) or higher 3798sc* / V2.03 (2013) or higher 3700sc + Inductive Conductive Digital Gateway 6120800 / V3.00 (2017) or higher 3422sc, Analog 3400 + Contacting Cond. Digital Gateway 6120700 / V3.00 or higher pHD sc*, pHD-S sc / V3.10 (2016) or higher 1200-S sc* / V2.04 (2013) or higher pHD analog + Digital Gateway 6120500 / V3.00 (2017) or higher RC and PC analog sensor + Digital Gateway for conventional analog pH and ORP sensors 6120600 / V3.00 (2017) or higher 8362sc* / V3.00 (2017) or higher *Hardware Version1 of instrument is not supported Compatible Network Technologies: GSM 3G/4G (e.g. AT&T, T-Mobile, Rogers, Vodafone etc.) CDMA (e.g. Verizon) Compliance Certifications: CE. ETL certified to UL and CSA safety standards (with all sensor types), FCC, ISED, KC, RCM, EAC, UKCA, SABS, C (Morocco) Conduit Openings: ½"" NPT conduit Description: Microprocessor-controlled and menu-driven controller that operates the sensor Dimensions: ½ DIN - 144 x 144 x 192 mm (5.7 x 5.7 x 7.6 in.) Display: 3.5-inch TFT colour display with capacitive touchpad Enclosure Rating: UL50E type 4X, IEC/EN 60529 IP 66, NEMA 250 type 4X Metal enclosure with a corrosion-resistant finish Installation Category: Category II Material Enclosures: Polycarbonate, aluminum (powder coated), stainless steel Measurements: Two device digital SC connectors Mounting: Wall, Pole, or Panel Mounting Network Connectivity: LAN: Two Ethernet connectors (10/100 Mbps) Cellular: External 4G Wi-Fi Operating Temperature Range: -20 to 60 °C (-4 to 140 °F) (8 W (AC)/9 W (DC) sensor load) -20 to 45 °C (-4 to 113 °F) (28 W (AC)/20 W (DC) sensor load) Linear derating between 45 and 60 °C (-1.33 W/°C) Outputs: 5x mA Output Pollution Degree: 4 Power Requirements (Voltage): 100-240 VAC ±10%, 50/60 Hz; 1 A Power Supply: With US plug Protection Class: I, connected to protective earth Relays: Two relays (SPDT); Wire gauge: 0.75 to 1.5 mm² (18 to 16 AWG) Maximum switching voltage: 100 - 240 VAC Maximum switching current: 5 A Resistive/1 A Pilot Duty Maximum switching power: 1200 VA Resistive/360 VA Pilot Duty Sensor Input #1: Digital Sensor Input #2: Digital Software available: Non-Claros + Embedded Prognosys Storage Conditions: -20 - 70 °C (-4 - 158 °F), 0 - 95% relative humidity, non-condensing USB Port: Used for data download and software upload. The controller records approximately 20,000 data points for each connected sensor. Warranty: 12 months Weight: 3.7 lb (controller only, w/o modules) Contractor shall connect and provide new points to the building 125 Incoming City Water for the following: Free Chlorine Conductivity Total Dissolved Solids (TDS) pH Temperature Contractor shall install Water Quality Monitoring, located inside the Pump House (B-125), mounted on a Unistrut Panel or Enclosure Panel. Analyzer and Flow Cell sample water will be discharge to floor drain. Interested and capable sources shall respond to this notice by completing the source questionnaire herein and emailing to gene.chu2@va.gov (reference RFI # 36C26222Q1689 in the email subject heading), no later than Thursday, 9/8/2022 at 4:00 p.m. Pacific- Los Angeles Time. SOURCE QUESTIONNAIRE Enter Company Name and Address. Enter DUNS Number. Enter Point of Contact Name, Phone, Email. Business size status and representation (Select All that Apply): Service-Disabled Veteran-Owned Small Business (registered in VetBiz.gov) Veteran-Owned Small Business (registered in VetBiz.gov) Woman-Owned Small Business Emerging Small Business HUBZone Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act Small Business Large Business Considered a small business under NAICS code identified for this RFI? Yes No Select/Complete All that Apply: FSS/GSA: Contract Number; Effective Dates: MM/DD/YYYY MM/DD/YYYY NASA SEWP: Contract Number; Effective Dates: MM/DD/YYYY MM/DD/YYYY Are all items of inquiry available on contract schedule? Yes No Provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the required scope of work. Respondents are encouraged to provide targeted examples of the Contractor s experience providing the same or similar supplies/services (i.e. when attaching brochures, citing/making references to performance descriptions located within brochures that match the specific work requirement. Include attachments with drawings/illustrations as needed. Provide general pricing for products or services inquired. Include attachments as needed. Provide feedback or additional suggestions. If none, enter N/A. Small Business Respondents. SDVOSB or VOSB respondents are encouraged to provide proof of www.vetbiz.gov certification. Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. Small businesses are also advised that per 13 CFR § 125.6 the prime contractor's limitations on subcontracting are as follows: General. In order to be awarded a full or partial small business set-aside contract with a value greater than the simplified acquisition threshold, a small business concern must agree that: In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Complete the fields hereunder if utilizing a subcontractor to perform the requirement. Enter Sub Contractor Company Name and Address. Enter DUNS Number. Enter Point of Contact Name, Phone, Email. Business size status and representation (Select All that Apply): Service-Disabled Veteran-Owned Small Business (registered in VetBiz.gov) Veteran-Owned Small Business (registered in VetBiz.gov) Woman-Owned Small Business Emerging Small Business HUBZone Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act Small Business Large Business Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement--
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7ec9caaf4e664f3abbeaa38f2a5ffdf6/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Long Beach Healthcare System 5901 East 7th Street Long Beach, CA 90822
- Record
- SN06454466-F 20220908/220906230121 (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 |