Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 22, 2023 SAM #7726
SOURCES SOUGHT

J -- Metasys Control System

Notice Date
1/20/2023 12:55:59 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25723Q0322
 
Response Due
1/25/2023 2:00:00 PM
 
Archive Date
02/24/2023
 
Point of Contact
Maria Orosco-Hofmann, Contract Specialist, Phone: (210) 694-6375
 
E-Mail Address
maria.hofmann@va.gov
(maria.hofmann@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 561210 and size standard is $41.5M. Project requirements: This requirement is for Johnson Controls (JCI) Building Management Systems (BMS) Metasys® at the VAMC. Contractor vendors shall be certified to perform maintenance on the JCI Metasys® system. Requirements The vendor shall be responsible for providing all supervision, personnel, supplies, safety gear, transportation, control programming and all equipment necessary to provide annual preventative maintenance and software updates remotely and on site for the Metasys Control System located at the West Texas VA Health Care System (WTVAHCS). A qualified Johnson Controls Factory Authorized Service Technician with five (5) years experience programming and maintaining the Metasys System and HVAC components. Verification is required. Telephone assistance shall be provided 24 hours per day, 7 days per week. Vendor shall furnish parts and replace parts to meet uptime requirements. Vendor shall have ready access to unique and/or high mortality parts. All parts supplied shall be compatible with existing equipment. Vendor shall provide only new parts. If new parts are not available, refurbished, or remanufactured parts shall be used only with approval of the COR. All parts supplied shall be compatible with existing equipment. Individual parts that require replacement shall be furnished by vendor. Vendor shall provide all repairs on the equipment at no cost to the VA. Inadequate or improper repairs performed by the Vendor will be correctly repaired at a time convenient to the VA at no additional expense to the VA. Any needed repairs must be coordinated with the Contracting Officer Representative (COR) prior to extended period of work. The vendor shall be responsible for providing all supervision, personnel, supplies, safety gear, transportation, tools, materials, control programming and all equipment necessary to provide annual preventative maintenance and software updates remotely and on site for the Metasys Control System located at WTVAHCS. All services for this contract must meet manufacturer performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations. Maintenance Vendor will perform three (3) comprehensive visits on the Metasys Control System per year and will be assisted by WTVAHCS personnel. These inspections will be done in October, February, and June of the contract year. Vendor will provide technical assistance by telephone on the devices installed at WTVAHCS to assist with normal preventative maintenance 24 hours per day, 7 days per week, 365 days a year. Vendor will be responsible for all repairs (labor and material), programming, software updates for the ADX/NAE, and comprehensive preventative maintenance equipment listed in the following equipment list. Any equipment not listed on the equipment list will not be covered and subject to labor and material charged. Vendor is responsible for having non-covered work approved with a valid purchase order number prior to initiating any work on non-covered equipment. WTVAHCS will be responsible for twelve (12) monthly preventative maintenance tasks associated with the Metasys Control System. Validate system integrity through physical checks of point data and command responses, system function tests, assessment of standard report logs, and analysis of special systems activity log files. Preventative Maintenance inspections will be performed in a manner which clearly demonstrates that the equipment meets or exceeds all manufacturer s technical performing specifications. Service Service will include but not be restricted to: Cleaning of equipment. Reviewing operation system diagnostics (hardware and software) to ensure that the system is operating within industry standards for optimum performance of HVAC units. Calibration/Standardization of all analog/electronic devices annually. Replace analog/electronic devices as needed. Documentation will be required upon completion. A spreadsheet will be kept of all analog/electronic devices calibration/standardization dates i.e.: date installed, date of last calibration/standardization and date of next calibration/standardization due. Furnishing, installing and maintenance all applicable software updates upon approval of the Maintenance and Operations Supervisor with documentation. Inspecting electrical and communication wiring for wear and fraying. Service Item Examples: Metasys Operator Workstation Computer CRT and Printers Metasys Application Specific Controllers NAE Field Devices TSI Isolation Room Controllers Field Gear including but not limited to: Differential Pressure Switches Electronic Duct Sensors Electronic Room Sensors Pneumatic-Electric Transducers Electronic Current Sensing Relays Electronic Damper Actuators Electronic Valve Actuators Temperature Sensors Humidity Sensors Flow Sensors Training Vendor shall provide forty (40) hours of onsite training to the operating engineers, maintenance, and supervisory personnel per year. This training shall enable the recipients to understand the importance and complexity of the control applications, calibration, and proper maintenance of the control system. Documentation All service documentation shall include: Date and time of the contractor s arrival on station Type, model, and serial number(s) of all equipment on which service was performed Total time of performance period, excluding travel time Detailed narrative description of reason for service performed to include reported problem and cause of problem (when applicable) Complete list of parts replaced (when applicable) Date and time equipment was returned to serviceability Personnel Qualifications Contractor personnel performing under this contract will be fully qualified and competent for the equipment to be performed. Qualified technician with a minimum of five (5) years experience with programming and maintaining the Metasys System and HVAC components. Verification is required. Service Quality All services for this contract must meet manufacturer performance and technical specification, Federal regulations, and other specifications that may apply such as National electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations. The contractor shall document all maintenance and provide said documentation to the COR upon completion of each service action. Anticipated period of performance May 1, 2023 through April 30, 2024 and 4 option years. Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a product and related services; (2) The respondents EIU number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc.,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to maria.hofmann@va.gov with the subject line Sources Sought Notice # 36C25723Q0322 by 4:00pm on Wednesday, January 25, 2023. Any questions should be emailed to maria.hofmann@va.gov Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/08caa34e69e24619af08af1198006ceb/view)
 
Place of Performance
Address: West Texas Health Care System Big Spring VA Medical Center 300 Veterans Blvd. Big Spring, TX 79720-5566
 
Record
SN06569763-F 20230122/230120230107 (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.