Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
DOCUMENT

Y -- Metasys ADS Building Automation System - Attachment

Notice Date
8/9/2012
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;2360 East Pershing Blvd.;Cheyenne, WY 82001
 
ZIP Code
82001
 
Solicitation Number
VA25912R0526
 
Response Due
8/17/2012
 
Archive Date
10/16/2012
 
Point of Contact
Lori A. Krohn
 
E-Mail Address
rohn@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY- If your firm is a Service Disabled Veteran Owned Small Business and you are interested in this project please send an email with your DUNS number and company name to Lori.Krohn@va.gov by August 17, 2012 by 2:00 PM (MST). - THIS IS NOT A REQUEST FOR PROPOSAL. The contractor will provide all labor, materials, tools, equipment and services to perform the following scope of work. This project is located at the Cheyenne VAMC Cheyenne, WY. SCOPE OF WORK 1)Conduct an inspection of the existing BAS and prepare new hardware the related energy-using equipment they control and/or monitor. The items to investigate shall include, but not limited to the supervisory control computer processing unit and software, controllers, sensors, actuators, network communication wiring, mechanical and electrical equipment control devices, energy-using equipment and systems, and any other related component required for the system operation. 2)Identify and evaluate each existing building BAS system and related component and recommend those that shall remain, those that shall be repaired, and those that shall be replaced as part of the project. Items shall be referenced on the existing BAS building schematic drawings prepared for each building. 3)Determine how the data will be transferred from the existing system using Gateway connections, Inter-operable systems, Software interface, etc. 4)Determine password levels for who will operate and maintain the system such as the building managers, central management staff, contracted services, executive level access, etc. 5)Activate the new ADX system once all programs and connections are established. Ensure proper function, trends, logs and facility control systems are operational. 6)Identify the issues and solutions with system interoperability, system architecture, communication protocol, software, and system integration techniques. 7)Remove existing antiquated control equipment. 8)Conduct a "Sequence of Operation" narrative to facility technicians which describes the new BAS and how the equipment and systems are to be controlled. Ensure staff understands the capabilities of the new ADX system. 9)Inspect functional performance trend logs and monitoring data to verify performance and ensure proper calibration. Ensure proper operation capability and control of facility HVAC equipment. This is a BRAND NAME OR EQUAL project and the proposed system is an ADX Server Building Automation System. New System Info: 1)ADX Server medium key. 2)10 user capacity with password level control. 3)Tower with keyboard and mouse. 4)ADXTK-M-5.2-TN (New ADX software). 5)MS-GG2-0 Graphic Generation Tools. Hardware: 1)Dell Poweredge T410, Intel Xeon 2.4 GHZ processor, 2x500 GB hard drives configured as RAID 1, 4 GB RAM (1x4 GB), DVD-RW Drive, (2) Gdps Ethernet cards, Keyboard, mouse, 3 year on-site warranty. Software: 1)Windows Server 2008 R2 OS standard edition (64-bit) with SP1, SQL Server 2008 R2 standard edition software (64-bit), Microsoft Internet Explorer Version 8.0 software, Symantec endpoint protection version 11, system recovery media. Metasys Software: 1)Metasys ADX software for 10 users (MS-ADX10SQL-X), SCT, Metasys Export Utility, Ready Access Portal, Metasys Database Manager, Metasys Advanced Reporting System, MS-GG2-0 Graphic Generation Tool. THIS IS NOT A SOLICITATION IT IS A SOURCES SOUGHT NOTICE. The following Brand Name or Equal Provision will apply. 52.211-6 -- Brand Name or Equal Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. If your firm is a Service Disabled Veteran Owned Small Business and you are interested in this project please send an email with your DUNS number and company name to Lori.Krohn@va.gov by August 17, 2012 by 2:00 PM (MST). - THIS IS NOT A REQUEST FOR PROPOSAL. This project is located at the Cheyenne VAMC, Cheyenne, WY. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25912R0526/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-12-R-0526 VA259-12-R-0526.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=434576&FileName=VA259-12-R-0526-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=434576&FileName=VA259-12-R-0526-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Network Contracting Office;NCO 19;2360 East Pershing Blvd.;Cheyenne, Wyoming
Zip Code: 82001
 
Record
SN02832370-W 20120811/120810000038-1edeec816a74803b684997434e0604a3 (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 |
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.