SOURCES SOUGHT
J -- Air Handling Units Variable Frequency Drives replacement
- Notice Date
- 4/24/2023 11:57:58 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24123Q0611
- Response Due
- 4/28/2023 12:00:00 PM
- Archive Date
- 06/27/2023
- Point of Contact
- david.valenzuela2@va.gov, David Valenzuela, Phone: 603-624-4366
- E-Mail Address
-
David.Valenzuela2@va.gov
(David.Valenzuela2@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 238220, (Plumbing, Heating, and Air Conditioning Contractors) with a size standard 19 Million. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing replacing select Variable Frequency Drives (VFD) for Air Handling Units (AHU) located at the West Haven VAMC per the Draft Statement of Work below. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 28 April 2023 at 3:00 PM EST. All responses under this Sources Sought Notice must be emailed to david.valenzuela2@va.gov with Sources Sought # 36C24123Q0611 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 Draft Statement of Work with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 Draft Statement of Work Animal Research VFD Package, West Haven Replacement of HVAC Variable Frequency Drives in B-1 and B-2 Statement of Work The purpose of this statement of work is to provide an outline for the replacement of select Variable Frequency Drives (VFD) for Air Handling Units (AHU) located at the West Haven VAMC campus, West Haven, CT. The intent is to replace malfunctioning, inoperable, or broken VFD units. This shall include purchase of and installation of devices. The West Haven VAMC has numerous Air Handling Units on station. Functions of these units range from patient care to administration to research. Based upon the use of these units, portions of the equipment require regular maintenance. This regular maintenance can be frequently replaced filters and belts to less frequent pumps and valves. One of these items that require replacement at times are the equipment s Variable Frequency Drives which have productive lives that one-third to one-half of the equipment s. The following are identified VFD s that are identified for replacement for their respective AHU. B-1 AHU 2 Room 1207 (1) 10 HP, 480V, 14A, NEMA 1, bypass, disconnect B-2 8th flr AHU (1) 30HP, 208V, 88A, NEMA 1, bypass, disconnect B-2 RTU VFD 1 (1) 100HP, 208V, 273A, NEMA 1, no bypass, no disconnect Note: All VFD will include the following accessories/options: Bluetooth enabled keypad display with H-O-A selection 6 Pulse drive with 5% equivalent line reactor Standard network protocols BACnet, N2, Modbus Programmable digital and analog I/O Damper control and run permissive Fireman s override 24+ month on-site parts ana labor warranty from date of shipment Installation and start-up (M-F, 1st shift only) It is the understanding of the VA that current supply lines and distribution channels are stressed based upon ongoing economic times. It is believed that the supply chain for new has been extended to two to three times that of just a few years ago, meaning that an ordered item can take 18-24 weeks. A site visit is encouraged to gather other required information and shall be coordinated through the Contracting Officer/Specialist on this project. The Contractor is responsible for all supplies to complete the installation and activation of the VFD systems. The Contractor shall be in coordination of deactivation, activation, and testing of each system with the VA. The contractor shall coordinate the completion of the contract with a negotiated timetable with the long-lead items identified and determined through negotiations with the VA and Contractor. Anticipated M-F, 7am-4:30pm general workdays. Weekends and nights are not expected. Coordination of work shall be through the project COR and the VA HVAC shop. GENERAL SPECIFICATIONS Parking: Parking is rigidly controlled throughout the Medical Center. Parking of vehicles in other than the specified areas will result in said vehicles being towed at the owner s expense off the Medical Center grounds. Coordinate removal and delivery of pump systems with the project COR for temporary arranged parking. Staging Areas: Due to limited space, the contractor is not expected to have set aside staging space to support the project. Arrangements can be made closer to date to request temporary limited storage space prior to installation and may be coordinated through the VA Plumbing shop, the contractor, and the project COR. Scheduling of Work: Upon receipt of the contract award, the Contractor must contact the project manager and CO to schedule the work. Work Completion: All work under this contract shall be completed within 60* days following the award of the contract and the issuance by the VA of the Notice to Proceed letter. Completion of the contract includes inspection of all installed project features by the project manager or designated alternate representatives. Material & Workmanship Quality: All materials and workmanship shall comply with all applicable codes, regulations, and standards. All work shall be done in a first-class manner according to the best trade practices and to the satisfaction of the COR. Submittals: The contractor shall submit product samples, manufacturers literature, and data. In addition, the contractor shall pay specific attention to ensure timely submission of all product samples, manufacturers literature, and data covering the materials listed below that will be installed in this project. Site Specific Safety Plan including Activity Hazard Analysis (AHA) and Accident Prevention Plan (APP) may apply Lockout/Tagout Procedures plan All Safety Data Sheets (SDS) for all applicable materials All applicable work plans, infectious control plans, etc. (including drawings) if necessary All miscellaneous construction materials OSHA worker certifications and training Quality Control plan O & M Manuals (As Applicable) The contractor shall submit electronically each submittal for approval prior to installation of the related equipment. Materials shall not be ordered or installed prior to approval of the submittals. Direct all submittals through the VA project manager as directed by the VA CO. Pandemic Requirements Due to the nature of the pandemic and the risk factor for the patients and staff that take care of the patients, special requirements shall be taken to minimize potential exposure. Standard PPE requirements have included face masks that must always be worn. Facility policy for contractors can be supplied from the project s CO. Please be aware that the following may or may not apply to this project but must be stated and/or may be within the respective contract s expected verbiage: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Contractor policies and procedures shall comply with all VA Privacy & Security, the Privacy Act and Health Insurance Portability and Accountability Act (HIPAA).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e63625e3dc67426bb294aa13f13f1e9a/view)
- Place of Performance
- Address: See PWS.
- Record
- SN06660845-F 20230426/230424230119 (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 |