Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2020 SAM #6730
SOLICITATION NOTICE

J -- Metasys and VFD Services

Notice Date
5/1/2020 1:40:51 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26220Q0671
 
Response Due
5/20/2020 12:00:00 AM
 
Archive Date
06/04/2020
 
Point of Contact
Peter Kim peter.kim33@va.gov
 
E-Mail Address
peter.kim33@va.gov
(peter.kim33@va.gov)
 
Awardee
null
 
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. 1.A. Project Title: VA SD Building Automation System PM 1.B. Description: Contractor will provide all labor, materials, tools, equipment and technical expertise for the maintenance of the Metasys Building Automation System and Variable Frequency Drives at VA San Diego Healthcare System. 1.C. Project Location. 3350 La Jolla Village Drive, San Diego, CA 92161 1.D. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26220Q0671. 1.E. Set Aside: This solicitation is not set aside. 1.F. Applicable NAICS code: 238220, Plumbing, Heating and Air Conditioning Contractors 1.G. Small Business Size Standard: $16.5 Million 1.H. Type of Contract: Firm Fixed Price 1.I. Period of Performance: Base Year + up to Four (4) Option Years 1.J. Wage Determination: SCA Wage Determination No. WD 2015-5635, revision 12 dated 12/23/2019. 1K. Key solicitation milestones are: 1.K.1. A site survey will be conducted at 1000 PST Thursday, May 7, 2020. Participants will meet at HVAC shop in B254, 3350 La Jolla Village Drive, San Diego, CA 92161. Please email peter.kim33@va.gov to indicate that you are participating in the site survey. All participants must have face covering and practice social distancing. 1.K.2. Submit any questions regarding this procurement via email to peter.kim33@va.gov no later than 1000 PST Wednesday, May 13, 2020. No questions will be answered after this date/time unless determined to be in the best interest of the Government as determined by the Contracting Officer. Telephonic questions will not be accepted or returned. RFI responses will be responded to as necessary in amendment format which will be posted on beta.sam.gov 1.K.3. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 2 via email no later than 1000 PST Wednesday May 20, 2020 to peter.kim33@va.gov. Ensure the following are completed and/or included in the quote packet: 1.K.3.A. Vendor Information 1.K.3.B. Acknowledgement of amendments 1.K.3.C. Concurrence/non-concurrence with solicitation terms, conditions, and provisions 1.K.3.D. Schedule of services 1.K.3.E. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 1.K.3.F. Resumes and/or certificates demonstrating service technician training certification and field experience. 1.K.3.G. Documentation validating contractor s access to all required software and updates. 2. Statement of Work for Metasys Building Management System (BMS) service contract. 2.A. Background. 2.B. Scope. It is the intent of the Government to establish a Firm Fixed-Price (FFP) contract for a base year with the Government s option to extend up to four (4) one-year option periods, to provide preventative maintenance and repair services (including required software subscriptions) for Government-owned Johnson Controls Metasys building automation systems (BAS) and Air Handling Unit Variable Frequency Drives (VFDs). The BAS is based off of a stand-alone server which communicates with the environmental controls throughout the campus. 2.B.1. Metasys Building Automation Systems 2.B.1.A. The Contractor shall furnish all personnel, labor, supplies, tools, equipment, transportation, supervision and other non-personnel services necessary to perform preventative maintenance and repair service of the Government-owned Metasys building automation system. 2.B.1.B. Site visit schedule shall be coordinated with the COR. The Contractor shall perform the required services during normal business hours. In the event that the scheduled visit cannot be met due to unforeseen circumstances, the Contractor shall re-schedule the required visit with the COR. 2.B.1.C. Prior to commencement of work, the Contractor must check-in at the HVAC Shop. The COR will inform the Contractor if there any repair services required outside the area of their expertise. The work to be performed shall also include programming field controllers, replacing defective controllers or sensors with parts provided by the Government, calibration of sensors, backing up database and installing new software updates at no additional cost. 2.B.1.D. The Contractor shall provide software maintenance on the Metasys BAS. This maintenance shall consist of the following: 2.B.1.D.1. Base Software Maintenance: The Contractor shall maintain system software, application software and energy management software. Task to be provided shall include, but not limited to reviewing current data files to verify that current application programs are working properly. Support of application software shall be provided to maximum system utilization. The Contractor shall perform on-site evaluation and implementation of changes to improve system operation. 2.B.1.D.2. Software Updates: The Contractor shall install software updates as they become available from the factory with the approval of the COR prior to installation. The update shall enhance current system performance and prevent system obsolescence. The Contractor shall install these updates within 30 days of their release by factory. 2.B.1.D.3. Back-up Services: All software databases for the Metasys building automation system including graphics, program of the supervisory controllers and workstations shall be backed up semi-annually or as systems modification dictates. This service shall provide 100% recoverability of these databases in the event of any catastrophic equipment failures. These backups shall be maintained in Father, Grandfather, and Great Grandfather files. 2.B.1.D.4. All software modifications and tuning parameters shall be documented appropriately to provide future service personnel with an ability to easily identify all programs that are affected. 2.B.1.D.5. Update anti-virus definitions and Microsoft Windows security patches. 2.B.1.D.6. Perform diagnostics of network communications. 2.B.1.D.7. Inspect, clean, and perform diagnostics of the supervisory controllers and field panels. 2.B.1.D.8. Maintain trends and alarm database archive data as required. 2.B.1.D.9. Review the system operations with the engineering department and address any issues. 2.B.1.D.10. Update graphics and user views. 2.B.1.D.11. Test the 120 VAC UPS battery backups. 2.B.1.D.12. Review report logs: overrides, failures, alarms, and unreliable. 2.B.1.D.13. Change battery backups for supervisory controllers (NAE internal batteries, no UPS batteries). 2.B.1.D.14. Perform recommissioning of major equipment (air handlers, boilers, chillers, pumps) as required 2.B.1.D.15. Review energy use and equipment efficiency, update energy profiles. 2.B.1.D.16. On each service visit, contractor will run the Performance Verification Tool for system health and report possible deficiencies and report findings to the COR. 2.B.1.E. Calibration, Testing and Validation of field devices. 2.B.1.E.1. Contractor shall conduct two scheduled visits per year to conduct inspection, calibration, testing and validation of field devices. Each device will be tested once per year, � of the system will be done on first visit, � on the second visit. 2.B.1.E.2. Contractor shall calibrate and certify sensors on the property including the central plant and air movement system. This will include but is not limited to: 2.B.1.E.2.A. CO2 sensors, CHW and HHW Valves 2.B.1.E.2.B. Chiller current sensors 2.B.1.E.2.C. Differential pressure sensors Differential pressure switches 2.B.1.E.2.D. Economizer dampers and dampers position 2.B.1.E.2.E. VFD s verify output signal is constant with system display 2.B.1.E.2.F. Room sensors / Thermostats 2.B.1.E.2.G. Central Plant condensed water sensors 2.B.1.E.2.H. Discharge air sensors 2.B.1.E.2.I. Return air sensors 2.B.1.E.2.J. Chilled, condenser and hot water flow meters. 2.B.1.E.2.K. Isolation rooms differential pressure station 2.B.1.E.2.L. Supply, return, and exhaust fans flow stations. 2.B.1.E.3. After each semi-annual visit, field technicians will provide reports of equipment tested, actions taken, and recommendations to the COR. 2.B.1.F. The Contractor shall provide repair services as required to keep the Metasys building automation system in optimum operating condition. All required repair services shall be provided only during the scheduled visits. Inadequate or improper repair performed by the Contractor shall be repaired correctly at a time convenient to the Government at no additional cost. 2.B.2. Air Handling Unit VFD Scheduled Service and Preventive Maintenance 2.B.2.A. Contractor shall conduct a visual inspection of each Air Handling Unit VFD annually. 2.B.2.B. Contractor shall ensure no moisture inside of VFD. 2.B.2.C. Contractor shall use an approved shop vac to remove any dust on heat sinks, circulation fans and air vents. 2.B.2.D. Contractor shall tighten each of the lug nuts to the proper torque specifications. 2.B.2.E. Contractor shall verify all control wiring is connected securely. 2.B.2.F. Contractor shall use an infrared temperature sensor to check for overheating components. 2.B.2.G. Contractor shall review report logs: overrides, failures, alarms, and unreliable. 2.B.3. Air Handling Unit VFD Replacement 2.B.3.A. Contractor shall Provide, install, and start-up of (10) replacement AHU VFDs per year. 2.B.3.B. VFDs shall be 460/3/60; 20 HP. 2.B.3.C. VFDs shall Include NEMA 1 enclosure with electronic by-pass. 2.B.3.D. VFDs shall be connected to existing Johnson Controls Metasys System. 2.B.3.E. Installation shall include programming start/stop, status, alarm, and speed control. 2.B.4. Emergency Troubleshooting Service 2.B.4.A. The Contractor shall provide emergency service on an unlimited basis at no additional cost to the Government. Emergency service shall be defined as any circumstances that directly affects patient care. This requirement shall be provided as often as required on a twenty-four (24) hour basis, weekends, and legal federal holidays. The Contractor shall respond to an emergency call within two (2) hours after notification from the Contracting Officer (CO), COR, or their designee. 2.B.4.B. The Contractor shall provide interim service calls and technical support required to troubleshoot and restore failed equipment and software system. Telephone assistance shall be available twenty-four (24) hours a day, seven (7) days a week. 2.B.4.C. The Contractor shall acknowledge requests for service by telephone within thirty (30) minutes. The Contractor shall respond and arrive on-site, as necessary within four (4) hours after notification of service request. Prior and upon arrival at the facility, the Contractor shall contact the Maintenance Mechanic Leader or designee during normal business hours. 2.B.5. Training 2.B.5.A. On an annual basis, contractor shall provide 1 day (8 hours) of informal, on-the-job operator training on the latest operating system for the Metasys building automation system and controllers at the customer site. 2.B.5.B. On an annual basis, contractor shall provide enrollment for 1 student to attend the operator training class at Johnson Control s training center in Cypress and conducted by the Johnson Control s training staff. Travel and lodging arrangements are the responsibility of each individual who enrolls. 2.B.6. Contractor shall provide a written report after the completion of each service/inspection. The report shall cover the component/system description and identification, findings, actions taken and recommendations. The report after completion of VFD inspections shall provide recommended replacement timeline in accordance with the projected 10 replacements per year. 2.C. Contractor Qualifications. 2.C.1. The contractor shall ensure all field service representatives performing PM and repair services on all covered equipment specified herein possess and maintain current training certification from Johnson Controls. Contractor personnel performing must be fully qualified and competent to provide the required services. ""Fully qualified"" is defined as certified, trained and experienced to provide the services described herein. All service engineers/technicians shall possess a completed Johnson Control Metasys and York factory training certificates with a minimum of five (5) years field experience. 2.C.2. Contractor shall have access to and provide all manufacturer software and updates. 2.C.3. Contractor must have the Authorized Building Controls Specialists (ABCS) certificate, and is authorized to install MS-NAE5511-3 Supervisory controller, MS-ADX software, and receives the software patches from Johnson Controls for these products 2.C.4. VAMC San Diego building 1, main building, contains asbestos. All workers entering asbestos containing areas must have an asbestos certification of no less than 16 hours and a valid fit test certification. 2.D. Performance Monitoring. The COR will monitor the scheduled maintenance and services will be backed by a receipt of services performed on the scheduled days agreed upon by the VA and contractor. 2.E. General Requirements. 2.E.1. Changes. The awarded Contractor is advised that only the Contracting Officer, Peter Kim, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 2.E.2. Parking. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA shall not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 2.E.3. Identification Badges: All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA Healthcare System grounds. I.D. badges must have an identification picture and shall state the name of the individual and the company represented. 2.E.4. Smoking is strictly prohibited on the grounds of any VHA facility. Per VHA Directive 1085 dated March 5, 2019, it is VHA policy that all VHA health care facilities, including hospitals, community clinics, administrative offices and Vet Centers, will be smoke-free for patients, visitors, contractors, volunteers, and vendors effective October 1, 2019. There are no designated smoking areas. 2.E.5. Normal Working Hours. Normal working hours are 7:30am-4pm Monday through Friday. 2.E.5.A. Any overtime or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. 2.E.5.B. The Contractor is not required to provide service on the following U.S. Government holidays nor shall the Contractor be paid for these days: 2.E.5.C. National Holidays: New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 2.E.5.D. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 2.E.6. Safety 2.E.6.A. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering on VASDHS shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. 2.E.6.B. Contractor shall perform work in strict accordance with existing relevant, accredited standards and codes to minimize the possibility of injury to personnel, or damage to Government equipment. Every effort shall be made to safeguard human life and property. 2.E.6.C. Contractor shall comply with all applicable Federal, State, and local requirements regarding workers health and safety. The requirements include, but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR), Parts 1910 and 1926, NFPA 70E, Article 130.7 29 CFR 1910.132(d)(1)(iii), 29CFR1910.137 2.E.6.D. Contractor shall provide all necessary tools, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. 2.E.6.E. The VAMC San Diego building 1, main building, contains asbestos. Any worker entering these asbestos containing areas must have an asbestos certification of no less than 16 hours and a valid fit test certification. Certifications must be presented to the COR before any work in an asbestos area may begin. 2.E.6.F. Possession of weapons is prohibited. Enclosed containers, including tool kits, are subject to search. Violations of VA regulations may result in citations answerable in the United States (Federal) District Court. 2.E.6.G. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor shall be responsible for any injury to himself/herself, his/her employees, or others, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence. Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the Federal Government. 2.E.7. Insurance Coverage. 2.E.7.A. The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. 2.E.7.B. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract. 2.E.7.C. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer. 2.E.7.D. Contractor is required to provide copies of proof of Workers Compensation and Employee Public Liability Insurance within fifteen (15) calendar days after notification of contract award. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05, dated 03/30/2020. The following provisions and clauses apply to this solicitation and can be found in enclosure 1. 3.A. 52.212-4 Contract Terms and Conditions Commercial Items 3.B. 52.217-9 Option to Extend the Term of the Contract 3.C. Supplemental Insurance Requirements 3.D. 52.252-2 Clauses Incorporated by Reference 3.E. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 3.F. 52.212-1 Instructions to Offerors Commercial Items 3.G. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 3.H. 52.233-2 Service of Protest 3.I. VAAR 852.233-70 Protest Content/Alternative Dispute resolution 3.J. VAAR 852.233-71 Alternate Protest Procedure 3.K. 52.252-1 Solicitation Provisions Incorporated by Reference 3.L. 52.212-2 Evaluation Commercial Items
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7d792ad3b41c403fa181bef251da8e36/view)
 
Place of Performance
Address: VA San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA 92161, USA
Zip Code: 92161
Country: USA
 
Record
SN05642689-F 20200503/200501230140 (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.