DOCUMENT
H -- Annual Energy Management Control - Attachment
- Notice Date
- 9/5/2018
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- 36C24618Q9788
- Response Due
- 9/10/2018
- Archive Date
- 12/18/2018
- Point of Contact
- Warren A. Pennil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. Market Research is being conducted to Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business, Small Disadvantaged Business, 8(a), Woman Owned Small Business or HUBZone interests. The Hampton Veterans Affairs Medical Center (VAMC) is trying to determine whether to set-aside a acquisition to provide Energy Management Control at the Asheville VAMC in Ashville North Carolina. The scope of the acquisition includes but is not limited to the following specific requirements: Only Computrols trained distribution partners authorized to service and maintain equipment under warranty will be considered Provide twelve (12) monthly preventive maintenance service calls during FY 19 (October 1, 2018 through September 30, 2019). Each monthly service call shall be three (3) continuous days per month, with the Service Technician completing work between 8AM and 5PM by the last week and before the last day of each month. Database maintenance shall include producing a complete back-up of all application software databases and maintaining such in accordance with published recommended operating procedures monthly. Provide revision upgrades, all new or scheduled releases, of Computrols Software, Host Software, Firmware and related materials to prevent system obsolescence of controllers will be provided at no additional cost during the term of this agreement. Provide Software Application Support recommendations regarding modifications to the existing system application for added energy savings, more efficient operations, and further enhanced management capabilities will be provided. Provide a minimum of four (4) hours on-site, on-the-job training for up to six (6) systems operators to include Training manuals, literature, documentation and video tapes for the purpose of continued VAMC operator training. Provide two (2) hours training to VAMC Facility Management Staff (FMS) during monthly preventative maintenance service calls to assist VAMC FMS operators with identifying, verifying and resolving problems found in executing tasks. Hardware coverage will include performing published recommended diagnostics and inspections of all Computrols components and maintained equipment (8X, 16X, 32X, 64X Controllers, Automation Server, Web Server, Software Updates) Shall analyze and optimize automation controls in accordance with a program of standard routines, including preventative maintenance of network cabinets for voltage readings and processor operations. Shall back-up AVAMC s HVAC Control System Computrols workstation software, graphics, and field panel databases four (4) times per year and provide safe storage of critical business information. Should a catastrophic event occur, contractor will respond onsite to reload the databases and system files from the stored backup and ensure proper operation and performance of the systems. Components that are suspected of being faulty may be repaired or replaced in advance to minimize system interruptions. Labor and materials are included in this agreement for such repairs or replacements. Shall provide emergency onsite response within four (4) hours upon notification of AVAMC between scheduled PM calls, Monday through Friday, including Holidays, 24 hours per day, to minimize system down time. Non-emergency calls, as determined by AVAMC FMS staff and contractor, will be incorporated into the next scheduled service call. Work will only be performed after approval is received from AVAMC FMS M&O Supervisor. Shall provide network analysis and optimization utilizing network performance diagnostics technologies to provide proactive calibration and tuning of the data network analyzes variables impacting network performance. These variables include node tables, token passes, turn speed, change of values over the network, unresolved points and overall operations. Shall provide software analysis and optimization addressing any programming errors, failed points, points in alarm, or points in operator priority and resolve all issues. Shall perform complete inspection of the equipment to include sensors, transmitters, control valves, actuators, thermostats, switches, circuits, spliced wire, improper terminations and control panels. Shall review controls programming, mapping, sequencing, and graphics for equipment to include the BAS and CBAS web. Perform Quarterly inspections on Automation Server/Web Service to include (1) Thoroughly clean computer filters; replace as required (2) Check fan bearings (3) Check fan bearing heat (4) Check fan rotation and RPMs (5) Test and verify reliability of memory functions (6) Check hard drive for reliability (7) Verify operation of all console functions (8) Check cables for chafing and broken insulation; replace as required (9) Check power supply voltages (10) Test and verify UPS system (11) Test and verify battery system. Perform Quarterly Inspection on 8x, 16x, 32x, 64x Controllers to include (1) Verify and upgrade firmware (2) Execute a database back up (3) Test power supplies (4) Clean control panels (5) Test application software (6) Test and verify UPS system (7) Test and verify battery system. If your company is interested in performing these services, please notify our office of your intent. In response, please include the following: (a) a positive statement of your intent to submit a bid as a prime contractor (capability statement); (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (c) past performance references with points of contact and phone numbers. At least two (2) references are requested, but more are desirable. Responses to this notice should also identify whether or not the firm falls into any of the socioeconomic categories listed above. Your response is required by: September 10, 2018 @ 1630 All capable Service Disabled Veteran Small Businesses are encouraged to respond. The Government will not pay for any information solicited. All of the above must be submitted in sufficient detail via email to: warren.pennil@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/36C24618Q9788/listing.html)
- Document(s)
- Attachment
- File Name: 36C24618Q9788 36C24618Q9788_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578034&FileName=36C24618Q9788-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578034&FileName=36C24618Q9788-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24618Q9788 36C24618Q9788_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578034&FileName=36C24618Q9788-000.docx)
- Record
- SN05072970-W 20180907/180905231044-25135a1b1b8588ca1b75dc8339d3222d (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 |