SOLICITATION NOTICE
J -- BUILDING AUTOMATIION SYSTEMS FY 2015 |
- Notice Date
- 12/9/2014
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;1700 South Lincoln Ave;Lebanon, PA 17042
- ZIP Code
- 17042
- Solicitation Number
- VA24415Q0210
- Response Due
- 12/16/2014
- Archive Date
- 2/14/2015
- Point of Contact
- Nancy Cavanaugh@va.gov
- E-Mail Address
-
nancy.cavanaugh@va.gov
(nancy.cavanaugh@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work: Building Automation/ Energy Management System (Monthly) FY2015. Services to be performed at the Coatesville VA Medical Center, Coatesville, PA. Contractor to provide all tools, equipment, materials, and supervision for Contract Service to perform monthly preventative maintenance to include: cleaning, calibration and adjustments to existing pneumatic and BAS Control Systems, repairs as needed to existing pneumatic controls. Contractor shall verify proper operation of BAS Control Systems and perform annual system back-up. Provide software updates as they become available and perform any training necessary to inform and educate VA General Utilities' personnel of any changes, improvements, etc. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT A.SCHEDULED MAINTENANCE: Contractor will provide monthly inspections to the existing Invensys BAS Control System. Those services are not limited to but must at least meet the procedures and intervals below. B.SCHEDULED MAINTENANCE PROCEDURES: Contractor must provide Facilities Engineering Service with a written description of the procedures to be performed on each equipment item. The description must be provided in sufficient detail so as to be acceptable to the field inspectors of the Joint Commission. C.SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled maintenance will be provided only during Contractor's normal working hours (8:00 a.m. to 5:00 p.m., Monday thru Friday, excluding holidays). Upon acceptance of this contract, the Contractor shall immediately contact the using service to schedule mutually agreeable times for the performance of inspections. The Contractor must provide Facilities Engineering Service with a statement describing an acceptable arrangement for notifying the medical center when equipment should be made available for servicing. D.SERVICES TO BE PROVIDED: General Tasks and Visit Schedule Contractor will provide monthly inspections including cleaning, calibration and adjustments to the existing Invensys BAS Control System. Contractor will provide Two (2) Man Day (8 hours) per month. Contractor will provide remote diagnostics via phone connection for customer assistance. Repair and replacement labor service is not included. However, contractor will provide preferred maintenance contract hourly labor rates should emergency repairs be needed. A separate purchase order will be issued to the contractor for such repairs. Contractor is not authorized to make such repairs until purchase order is issued. Contractor will also provide a customer discounted rate of list lest 50% on repair parts and components for the Invensys/TAC equipment. Contractor will provide specially trained technicians, engineers and mechanics to perform the necessary tasks to ensure that the covered equipment and systems are properly supported. Covered equipment will receive an annual inspection and preventive maintenance as appropriate. In addition, periodic tests and adjustments are made to ensure efficient and reliable operation of major components. Contractor will analyze, adjust, calibrate the applicable temperature sensors, humidity sensors, diagnostic LEDs, printers, power supplies, work stations, controllers, modems, input/output points, communication cabling, transmitters, transducers, UPS for the EMS system. Software Revision Upgrades for Graphical User Interfaces. Contractor will provide system software support services for the facility management system and the direct digital controllers installed. Contractor will register system with Invensys and Tridium and will ensure the provision of the following software support services to ensure system performance is optimized. Under the software support agreement, contractor will ensure the provision of a copy of all new releases of controller operating software and graphical user interface software which Invensys will make available during the term of this agreement. Timing of these releases will be as they are developed and should in no way imply that these releases will occur on an annual or regular basis. Any hardware upgrades necessary to allow the installation of software upgrades will be purchased under separate agreement. Direct Digital Controller Firmware Upgrades. Firmware upgrades of area controllers and network interface modules will be provided by the contractor at no cost in exchange for the existing firmware. Any additional cost for installation will be purchased under separate agreement. Database Verification and Database Backup. Contractor application engineers and/or software technicians will review the existing operation system software to verify the system is operating as intended as defined by the original design specification or as modified by Invensys. Using Invensys' diagnostic tools and processes, contractor will identify and correct programming errors and omissions. Contractor will maintain a back-up copy of the most recent verified databases for emergency back-up purposes. The database can be restored using telephone modems or as part of an onsite visit. Each scheduled visit has a specific set of tasks detailing exactly what needs to be performed and what special skills, tool or instruments are required to keep equipment operating at peak level. A service report will be completed after each call and provided to General Utilities Foreman. If, in the course of an inspection, it is determined that a repair to the covered equipment system or a replacement of a component within the system would be beneficial the General Utilities Foreman will be advised of the issue. A separate purchase order for the work would be issued as described above. On a regularly scheduled basis, contractor will make recommendations to the General Utilities Foreman to improve system efficiency and reliability or reduce operational costs. E.If at any time during the performance of this contract, the service or material is not covered under this contract and is therefore chargeable; the Contractor shall acquire approval from the Contracting Officer and should withhold further performance of service pending approval. Under normal circumstances, a purchase order would have to be issued for such charges. F.DOCUMENTATION: Contractor will provide the using service and Facilities Engineering Service with individual written reports which describe the maintenance and repair service performed on the equipment in sufficient detail so as to be acceptable by field inspectors of the Joint Commission. G.CALIBRATIONS OF CONTRACTOR'S TEST EQUIPMENT: Contractor must provide Facilities Engineering Service with a written confirmation that all gauging and measuring equipment used to check and calibrate the subject items of equipment has been calibrated either according to manufacturer's specifications or within the last twelve months against a standard that is traceable to the National Bureau of Standards. H.Prior to award, bidder must have a facility to include personnel, test equipment, parts inventory, licenses and technical documentation available for inspection by VA Medical Center personnel and be able to show written evidence to technical qualifications of personnel, test equipment (and calibration documentation) and licenses. For contracts for maintenance and repair services from other than the original manufacturer or a designated representative, the Contractor will be fully responsible for obtaining all technical documentation necessary to fulfill contractual obligations. I.The Contractor warrants that the services to be performed under this contract will be performed in a workmanlike manner and shall conform to the standards of the industry. This warranty is given expressly and in place of all other warranties, expressed or implied, statutory or otherwise, and is the only warranty given by the Contractor. J.NEGLIGANCE CLAUSE: When services and parts are required as a result of accident, abuse, misuse or negligence by other than the Contractor or his representative, and are not included as a part of PM inspection or service calls, such needs will be reported to the Contracting Officer's representative along with estimates of charges. The Contracting Officer and Representative will evaluate these needs and authorize appropriate action. The parts will be installed under the terms of the contract and each invoice is to include a legible itemized list of labor charges and parts cost. The government will incur no charges for service and parts including glassware due to accident, abuse, misuse or negligence by the contractor or his representative. K. CONTRACTOR CONTROL SYSTEM: The procedures that must be followed by all Contractors (or agents of such Contractors) in the performance of servicing and/or repairing equipment at the Coatesville VA Medical Center. A. When service is rendered during normal working hours. 1.When the equipment is to be serviced, the agent of the contractor will report to Facilities Engineering Service Office (Bldg. 70) to log in before proceeding to the equipment locations. 2.When service is completed, the service representative repairman must indicate on the repair ticket the specific action taken, all parts replaced, hours of labor required and travel time. The equipment serviced must be clearly identified by name, serial number and the PMI number. The department supervisor or his/her representative will sign the repair ticket. 3.Before leaving the hospital, the repairman will log out with the Facilities Engineering Service Office. He/She must give the user department and the Facilities Engineering Service Office a legible copy of the repair ticket along with all parts he had to replace. B. A copy of the service slip must be submitted to the accounting technician, Facilities Engineering Service, Bldg. 70 the day service is performed or the day invoice is submitted. INVOICES WILL BE HELD FOR PAYMENT UNTIL A COPY OF THE REPAIR TICKET IS RECEIVED. No chargeable repairs are to be completed without prior approval and purchase order issuance from the CVAMC Contracting Office.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24415Q0210/listing.html)
- Place of Performance
- Address: Bldg 19s (90c);1400 Black Hill Rd;Coatesville, PA
- Zip Code: 19320
- Zip Code: 19320
- Record
- SN03591247-W 20141211/141209234714-5c47ffe32fadbf317552265f7518e0de (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |