SOURCES SOUGHT
B -- Retro-Commissioning (RCx) Services - (VISN 16)
- Notice Date
- 5/3/2024 3:33:25 PM
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25624Q0859
- Response Due
- 5/9/2024 12:00:00 PM
- Archive Date
- 08/07/2024
- Point of Contact
- Felicia Lovelady, Contracting Officer, Phone: (318) 466-4317
- E-Mail Address
-
felicia.lovelady@va.gov
(felicia.lovelady@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 3 of 3 Released pursuant to Federal Acquisition Regulation (FAR) Part 10: Market Research, this is a Request for Information. Purpose: Department of Veterans Affairs VISN 16 Retro-Commissioning In an effort to enhance opportunities for Service Disabled Veteran Owned Small Businesses (SDVOSB) as required by Public Law 109-461, specifically the Veterans First Contracting Program, NCO16 is performing preliminary market research to identify interested, qualified, capable, SDVOSB and VOSB firms possessing the capacity necessary to compete for a VHA procurement opportunity. In case no SDVOSBs or VOSBs possess the capacity, all Small Businesses possessing the necessary capacity are encouraged to provide a response. Results of the preliminary market research will be used to determine the potential future solicitation s set-aside requirement. This source sought notice is issued solely for informational, market research, and planning purposes. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), Request for Proposal, or a promise to issue a subsequent RFQ/IFB/RFP. Currently, no solicitation document exists. Issuance of this notice does not establish any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this notice. At this time, proprietary information is not being requested. Respondents shall refrain from including proprietary information in responses to this notice. The Department of Veterans Affairs anticipates awarding a one-time, Firm-Fixed Price (FFP) Contract. Project Scope Summary: VA is seeking professional RCx services for the purpose of improving the operating performance of energy-using systems at facilities within VISN 16. VA designed parameters for infection control within each of the facilities and Heating, Ventilation, Air Conditioning (HVAC) and Refrigeration operations must be met as first priority, but completion objectives of this project are to improve energy efficiency and optimize building systems operation. This project will identify the problems and deficiencies within those systems. Deliverables will be well organized and actionable for guiding VA maintenance and engineering staff to accomplish the recommended improvements. Contractor performing the work must be certified in one or more of the following: NEBB, BCxA, BCxP by ASHRAE, and/or CBCP by AEE. Companies may utilize any number of various creditable methods and techniques available to achieve the RCx service required under this contract. Some of these methods include the US Green Building Council (USGBC), ASHRAE Guidelines for RCx for existing buildings or Department of Energy (DOE) Federal Energy Management Program (FEMP) Guidelines for RCx of existing buildings. The selective approach must provide sufficient detail to provide an RCx (Tune-up) of the facilities and achieve energy optimization and improved performance. Procedures must be in compliance with the VA s Retro-Commissioning Process Manual. (Reference https://www.cfm.va.gov/til/Cx-RCx/RetroCxManual.PDF ) The contractor will not be required to register the facility with USGBC or any other Guidelines or Certifying Agency but only to use the guidelines for the purpose of optimization, energy savings, and training. The contractor must provide common documentation necessary in the final report. The contractor will review equipment lists as available and update those as necessary. The Contractor will observe whether these building elements and systems are installed, calibrated and operated as intended so they can deliver functional and efficient energy and operational performance. The contractor must verify that building systems and assemblies are performing as optimally as possible to meet current needs and sustainability requirements without compromising the level of infection control. The company awarded work under this task order will review and observe whether these building elements and systems are installed, calibrated and operating as intended to deliver functional and efficient energy and operational performance. Retro Commissioning includes the following: Systems that simultaneously heat and cool, such as constant and variable air volume reheat Economizers, which often need repair or adjustment, potential problems include frozen dampers, broken or disconnected linkages, malfunctioning actuators and sensors, and improper control settings Pumps with throttled discharges Fixed speed fans which operate at inefficient fan speeds Equipment or lighting operating on improper schedules Improper building pressurization (either negative or positive) Equipment or piping that is hot or cold when it should not be; unusual flow noises at valves or mechanical noises Short cycling of equipment Un-Insulated or Improperly Insulated Hot and cold HVAC systems Variable frequency drives that operate at unnecessarily high speeds, or operate at a constant speed even though the load being served varies Building Automation System sensors and controllers which are out of calibration, non-functioning or improperly programmed for their intended function. AHUs not providing air flow, setbacks, or pressurization per design Heating and Cooling Control Valves which are hunting due to improper control loop tuning and / or bad sensor feed back Low Delta Temperature in Cooling Water and Hot Water Heating Systems Boiler and Chiller optimization Retro-commissioning is needed at VA facilities in the following locations: Alexandria, LA, Biloxi, MS, Pensacola, FL, Fayetteville, AR, Jackson, MS, Shreveport, LA, Little Rock, AR and North Little Rock, AR. Requested Information: 1. Please provide a positive statement of interest in submitting a quote based on the general scope of work description. 2. Please identify your firm s small business category. If your firm is either SDVOSB or VOSB, please state whether you are currently verified as an SDVOSB in VetCert at https://veterans.certify.sba.gov. based upon North American Industry Classification System code (NAICS) 541350 Building Inspection Services. Current SBA size standard is $11.5M. 3. Please provide a capability statement. Describe your firm s in-house capability to accomplish the summarized project scope/goal. 4. Please state your firm's name, address, DUNS and CAGE number, and primary point of contact, including telephone number(s) and email address. 5. If your firm has an active GSA contract for this type of service, please respond and provide the GSA contract number. A separate Sources Sought Notice will not be posted on GSA. Response Submission: Please submit your information via email to Felicia Lovelady, Contracting Officer at felicia.lovelady@va.gov, by the closing date and time listed. Please limit your responses to three (3) pages and please include the following as the subject line of your email: VISN 16 Retro-Commissioning - SOURCES SOUGHT RESPONSE Please do not include advertising or promotional materials. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d3e520e681dc4a2c93d8787455e69cfe/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07053141-F 20240505/240503230041 (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 |