Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
DOCUMENT

J -- Chiller Preventative Maintenance - Attachment

Notice Date
11/8/2016
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217Q0104
 
Response Due
11/14/2016
 
Archive Date
2/12/2017
 
Point of Contact
Randy Corry
 
Small Business Set-Aside
Total Small Business
 
Description
DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This is not a solicitation announcement. This is a sources sought synopsis only. This notice is to assist the VA in determining sources only and a solicitation is not currently available. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification relative to NACIS 238220. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the Federal Business Opportunities website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement. The Department of Veterans Affairs, Network Contracting Office (NCO22), is seeking sources for a potential contractor to provide Chiller Preventative maintenance at VA San Diego Healthcare System, 3350 La Jolla Village, CA 92161. The Statement of Work for required services is included in this document. If you are interested, and are capable of providing the required services please provide the requested information as indicated below. The intended contract period will be for one year with four, one-year option periods. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Is your business small; (2) If small, does your firm qualify as a small, emerging business, or small disadvantaged business?; (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act?;(4) Is your firm a certified Hubzone firm?; (5) Is your firm a woman-owned or operated business?; (6) Is your firm a certified Service-Disabled Veteran Owned Small or veteran owned small business? Responses to this notice shall be e-mailed to the attention of Randy Corry, Contract Specialist at Randy.Corry@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 3:00 p.m. November 14, 2016. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Statement of Work Chiller Preventative Maintenance & PM It is the intent of the Government to award Maintenance and repair service contract for Chiller Plant equipment in the Central Plant for the VA San Diego Healthcare System, 3350 La Jolla Village Drive, San Diego, CA 92161. The Contractor shall furnish all necessary labor, supervision, materials, supplies, tools, equipment and transportation to perform repair services in accordance with the specifications outlined in this contract. The contract period shall be for one (1) base year and four (4) option years. ITEM NO. DESCRIPTION ESTIMATED QTY UNIT UNIT PRICE ESTIMATED TOTAL COST 1. The Contractor shall provide PM and repair Services as defined in the PWS. 1 JB 2. After hours emergency repair rate Per hour 50 HR Performance work statement: SCOPE OF WORK:   The Contractor shall provide all parts, labor, materials, supplies including refrigerant, oil and grease, tools, rigging and other equipment, supervision, manufacturer s specifications and performance data, maintenance and repair service sequences and all other items and services necessary to maintain and provide full repair coverage of the Chilled Water Air Conditioning System defined in this Performance Work Statement (PWS) for the VA Health Care System (VA San Diego). All equipment shall be maintained to operate per manufacturer s specifications for all ranges of operation on a 24/7/365 basis including but not limited to: Output per input unit (BTU/kW), gross and net tonnage output, refrigerant leakage rate, vibration, sound pressure levels, electrical current draw, efficiency, reliability, flow rates, delta and approach temperatures. All sensors and transmitters shall be calibrated, repaired and replaced per manufacturer s specifications. Any leakage of refrigerant, chilled or condenser water or oil shall be attended to and repaired immediately. All parts, tools, supplies, methods and materials used as part of this contract shall be approved by the equipment manufacturer. Safe work practices shall be adhered to at all times. Equipment shall be maintained, repaired and perform as required for a medical center facility up to or above nameplate output and efficiency. Response time shall be as noted below, 24 hours a day, 7 days a week 365 days a year upon notification by VA San Diego Central Plant Operators or Management. EPA guidelines and regulations shall be adhered to and all reporting documentation shall be maintained by the contractor and forwarded to the VA as required by the EPA, OSHA and all other applicable regulatory agencies. Preventive Maintenance and Repair Requirements and qualifications Technical competency, tech force, and tools Technicians performing Preventive Maintained (PM) and repair work on Chillers, Pumps, and VFD s must meet competency requirements to perform service on listed equipment, this includes current annual factory training by the equipment manufacture. There shall be a Minimum of 8 factory trained technicians on staff and trained in the operation and maintenance of Centrifugal Chillers, water pumps, and VFD s. Contractor must have latest version service tools for diagnostics and troubleshooting equipment. Temp equipment for emergency cooling/heating/power The hospital environment of care requires 100% uptime of central utility plant. Contractor to have backup (rentals) available for chilled water, hot water, and electrical generation within 100 mile radius of hospital; includes crew available for 24/7 emergency response, installation, and integration to utility plant Backup of Chiller VFD Due to the critical nature of the (3) chiller VFD s and potential long lead time, at onset of PM agreement contractor to stock (1) full spare VFD for on-site stocking, no charge to VA. VFD to remain on site throughout duration of PM agreement. If no drive failures are experienced by end of PM contract, contractor to remove drive from site at no cost to VA. If emergency repair is required contractor to utilize full VFD on site to replace damaged VFD. Cost of repair and materials to be charged to VA at current, parts and materials charged at GSA most favored customer pricing. Repair Service Covers the cost of all required repairs, including loss of refrigerant, to maintainable components on the systems specified during normal business hours. Overtime repair labor for emergency failures will be invoiced at above listed rates. VA San Diego Chiller, Absorber, VFD Tasking ABSORBER COMPREHENSIVE ANNUAL INSPECTION SERVICE (Once annually) 1. Report in with the Contracting Officer Representative (COR) 2. Record and report abnormal conditions, measurements taken, etc. Review customer logs with the customer for operational problems and trends. General Assembly Visually inspect absorber and condenser tubes. (Removal of the heads is the responsibility of the customer. Check salt content of refrigerant water. Pull and clean magnetic strainers on auxiliary cooling circuit. Purge Disassemble vacuum pump and clean parts thoroughly. Rebuild pump with new shaft seal, fresh oil, new reed valve, and gaskets. Check vacuum pump belt for wear. Start the pump and verify ultimate vacuum. Lubricate pump motor bearings. Verify operation of the gas ballast. Controls and Safeties Inspect control panel for cleanliness. Inspect wiring and connections for tightness and signs of overheating and discoloration. Verify float switch operation on the auxiliary water circuit. Test low temperature safety device. Calibrate, and record setting. Verify settings of pressure electric switch. Test operation of pilot positioner on steam valve. Calibrate and record setting. Test high temperature control device on condensing pot. Calibrate and record setting. Test temperature control on auxiliary cooling water circuit. Calibrate and record setting. Verify the working condition of all indicator/alarm lights. Check the operation of the PCL switch, if applicable. Motors and Starters Clean the starter and cabinet. Meg all pump motors and record readings. (Three to five motors) Check all electrical connections for tightness and signs of overheating and discoloration. Check contactors for free and smooth operation. Check the condition of the contacts for wear and pitting. MID-SEASON RUNNING INSPECTION (11 times per Year) Check the general operation of the unit. Log the operating temperatures, pressures, voltages, and amperages. Check the operation of the control circuit. Check the operation of the purge unit. Check the operation of the motors and starters. Analyze the recorded data. Compare the data to the original design conditions. Review operating procedures with operating personnel. Provide the customer with a written report, operating log, and indicate any uncorrected deficiencies detected. LiBr SAMPLE/ANALYSIS (3x per Year, outside of annuals) Pull Lithium Bromide sample for complete spectrographic analysis. Centrifugal Chillers COMPREHENSIVE ANNUAL INSPECTION SERVICE ELECTRONIC (1x per Year) Report in with the COR. Record and report abnormal conditions, measurements taken, etc. Review customer logs with customer for operational problems and trends. General Assembly Check and record refrigerant level. Inspect for leaks and report leak results. The refrigerant should be correct before starting the leak check. To prevent unnecessary venting of refrigerant, EPA-recommended methods (e.g. hot water and/or electric blankets) must be used to pressurize the vessels. In order to use EPA-recommended methods, certain conditions must be met: The isolation valves on the chilled water and condenser water lines must shut off the circulation completely. The temperature of the equipment room should be 70 °F or higher. Access connections to the condenser water and chilled water circuits must be provided (customer s responsibility). If these conditions cannot be met, the refrigerant must be removed and the vessel pressurized, using dry nitrogen and a trace gas. This additional procedure is outside the scope of this agreement. Calculate refrigerant loss and report to the customer. Repair minor leaks as required (e.g., valve packing, flare nuts). Visually inspect condenser tubes for cleanliness. Check vanes for free and smooth operation. Check mechanical linkages for wear. Brush condenser tubes, with head removal Purge Check purge unit controls for proper operation. Check and clean purge drum as required. Clean the condenser coil. Clean strainers or replace filters as required. Check the purge compressor assembly for leaks as required. Check the purge unit for proper operation. Controls and Safeties Verify all settings in the electronic control panel. Inspect the control panel for cleanliness. Inspect wiring and connections for tightness and signs for overheating and discoloration. Verify the operation of the vane control system: Verify the working condition of all indicator/alarm lights and LED/LCD displays. Verify the operation of the oil sump temperature control device. Test high condenser pressure safety device. Calibrate and record setting. Test low evaporator temperature safety device. Calibrate and record setting. Test low oil pressure safety device. Calibrate and record setting. Test high motor temperature safety device. Calibrate and record. Test operation of chilled water pump and condenser water pump starter auxiliary contacts. Drain Rputure Disc Line Lubrication System Pull oil sample for spectroscopic analysis. Check oil for acid content and discoloration. Make recommendations to the customer based on the results of the test. Measure and record the oil pump voltage and amperage. Verify the operation of the oil heater. Measure amps and compare readings with the watt rating of the heater. Change the oil filter. Verify the oil level. Motor and Starter Clean the starter and cabinet. Inspect wiring and connections for tightness and signs of overheating and discoloration. Check condition of the contacts for wear and pitting. Check contactors for free and smooth operation. Check the mechanical linkages for wear, security, and clearances. Check tightness of the motor terminal connections. Meg the motor and record reading. Verify the operation of the electrical interlocks. MID-SEASON RUNNING INSPECTION (11x per Year) Check the general operation of the unit. Log the operating temperatures, pressures, voltages, and amperages. Check the operation of the purge unit. Check the operation of the control circuit. Check the operation of the lubrication system. Check the operation of the motor and starter. Analyze the recorded data. Compare the data to the original design conditions. Review operating procedures with operating personnel. Provide a written report of completed work, operating log, and indicate any uncorrected deficiencies detected. VFDs VFD Tasking (12x per year) Remove excess dust from heat sink surfaces Measure and record voltage Verify proper communication link between the control panel and external devices VFD Inspection Record and report abnormal conditions, measurements taken 1.   EQUIPMENT: The contractor shall provide manufacturers certifications for all personnel that will work on any equipment at this facility related to this contract. Prior to the beginning of the contract, the Central Plant Engineer shall inspect the contractor's equipment to ensure it is of commercial grade and is in safe operating condition.   The equipment list to be maintained and repaired shall include but not be limited to: Equipment            QTY                   Manufacturer   Model Number     LOCAL ID Centrifugal Chiller 1 Trane CVHF130FA3 Ch 3 Centrifugal Chiller 1 Trane CVHF130FE3 Ch 2 Centrifugal Chiller 1 Trane CVHF130FD3 Ch 1 Horizon Absorption Chiller 1 Trane L05B00578 CH 4 Absorber VFD 1 Mitsubishi FR- PU97 1- CHW VFD 3 Trane TR 200 Tracer Summit software, wiring and interface/data panel, transmitters, controls, and touch screen panels. TRU Sense Refrigerant monitoring panel and controls.   Emergency shutdown systems. b. Chiller system repair response time  24/7/365 One hour response by phone and two hours on site upon request from Graphic      Control/Central Plant Personnel 2.   PLACEMENT OF EQUIPMENT TO BE MAINTAINED: All four Chillers and related equipment are located in the Central Plant, Building 2, VA San Diego. 3. Chiller system repairs response calls includes all listed components.      a.  24/7/365 One hour response by phone and two hours on site upon request from Graphic      Control/Central Plant Personnel 4.   SPECIAL WORK REQUIREMENTS: a.     Daily upon the completion of work, the contractor shall leave a signed, legible, written report with The Central Plant Engineer indicating the date and what work was completed during the day. b.     The contractor shall assign at least one employee to work a minimum of 8 hours per quarter for maintenance and as needed for requested repairs. c.     QUALITY OF SERVICE:   The contractor shall have competent, documented experience in absorption and centrifugal chiller Maintenance and repair of the listed equipment.     The contractor and all contract personnel involved with work within this contract must hold a current CFC Universal Refrigerant License. All equipment and repairs must comply with all performance and operational specifications of the equipment manufacturer. The equipment shall comply with all energy efficiency levels and provide rated tonnage output at the specified input levels at all times. PROPERTY DAMAGE: The contractor shall take all necessary precautions to prevent damage to any government property. This includes the chillers and accessories as well as all other government equipment in the central plant. 6.   IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's employees shall wear visible identification at all times while on the premises of the VA property.   It is the responsibility of the contractor to park in the appropriate desig nated park ing areas.   Information on parking is available from the VA Police-Security Service.   The VA will not invalidate or make reimbursement for parking viola tions of the con tractor under any con ditions.   Smoking is prohibited inside any buildings at the VA.   Cellular phones and two way radios are not to be used within six feet of any medical equipment.   Posses sion of weapons is prohibited.   Enclosed containers, including tool kits, shall be sub ject to search.   Violations of VA regulations may result in a citation answer able in the United States (Federal) Dis trict Court, not a local district state, or municipal court.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217Q0104/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-Q-0104 VA262-17-Q-0104.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3099546&FileName=VA262-17-Q-0104-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3099546&FileName=VA262-17-Q-0104-000.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: VA San Diego Healthcare System;3350 La Jolla Village Drive;San Diego, CA
Zip Code: 92161
 
Record
SN04322777-W 20161110/161108234224-609b36669a127ed47fef2ac1ed9067d0 (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.