Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2017 FBO #5525
DOCUMENT

J -- Provide annual service support to maintain the Metasys building management software. - Attachment

Notice Date
1/6/2017
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;1495 Wilmington Drive, Suite 360;DuPont WA 98327
 
ZIP Code
98327
 
Solicitation Number
VA26017Q0127
 
Response Due
1/9/2017
 
Archive Date
1/16/2017
 
Point of Contact
Robert E. Lentz
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a SOURCES SOUGHT NOTICE in support of the WHITE CITY VA MEDICAL CENTER in White City, OR, for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Robert E. Lentz at robert.lentz2@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by January 12, 2017, at 1500 PDT. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 238220-Plumbing, heating, and air-conditioning contractors. The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $15.0 Million. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [x] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information is needed to submit accurate offers? 4) Provide a brief capability statement (Max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, 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 draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. 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. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the VA WHITE CITY MEDICAL CENTER to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Federal Business Opportunity (http://www.fbo.gov). DESCRIPTION OF THE REQUIREMENT: Title of Project: Provide annual service support to maintain the Metasys building management software. ***STATEMENT OF WORK*** A. GENERAL A.1 SCOPE OF WORK: Contractor shall provide White City VA Southern Oregon Rehabilitation Center and Clinics (VA SORCC) with annual service support to maintain the Metasys building management software (proprietary to Johnson Controls) that communicates with the buildings heating and cooling controls for the contract period of 02/01/2017 01/31/2018. A.2 BACKGROUND: This contract enables VA staff to interface with the facilities HVAC systems from virtually any location so that critical improvements can be made for optimal efficiency. This contact shall include the following scope of work: Update and backup the system server to insure the software is up to date and a backup is kept in case of failure. Diagnostics are run on the system to locate any problem areas to insure the system is operating optimally. A log book is left on-site for staff to enter issues that have arisen between service visits; these items are reviewed and corrected during the next service visit. Questions entered into the log book can also be answered at that time. A thorough review of the building systems connected to Metasys is conducted and any conditions found to be abnormal is discussed with the appropriate staff and repairs are scheduled as needed. A.3 LOCATION OF SERVICES: VA SORCC 8495 Crater Lake Hwy White City, OR 97503 A.4 DVA FURNISHED PROPERTY OR SERVICES: NA A.5 CONTRACTOR-FURNISHED PROPERTY OR SERVICES: Contractor is to provide all necessary services to complete the items required by this contract. No pick-up. A.6 DEFINITIONS: NA A.7 DOCUMENTATION: Service record documents shall be provided directly after each service to the POC immediately and shall include, but is not necessarily limited to: name of company, name of technician rendering the service, date with which the services are rendered (detailed description), and any follow-up required. See B.4 for other specific requirements. The contractor shall provide a written report/invoice to the POC immediately after service. Contractor is required to fill out a daily log sheet of time in/time out located in building 229. A.8 TRAINING: NA A.9 PATIENT CONFIDENTIALITY: The contractor shall ensure the confidentiality of all patient information being transported and will be held liable in the event of breach of confidentiality. The contractor shall comply with the provisions of the Federal Privacy Act of 1974 (Public Law 93-579), the comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1972 (Public Law 93-282), and the Drug Abuse Office and Treatment Act of 1972 (Public Law 93-255), and any other statutes regarding confidentiality of patient information. B. TECHNICAL APPROACH/TASK B.1 HOURS OF OPERATION: 1. Contractor to work at the VA SORCC between the hours of 7:00am and 4:30pm, Monday through Friday, excluding federal holidays. B.2 DELIVERY/PICK-UP POINT: VA SORCC 8495 Crater Lake Hwy White City, OR 97503 B.3 METHODS TO BE USED: 1. The vendor shall use standard methods and procedures for the items required to be collected/delivered to the VA SORCC. 2. All work shall be in conformance with State, local and/or Federal laws. B.4 SPECIFIC REQUIREMENTS: Contractor will provide 40 hours of mechanical troubleshooting and repairs during the annual contract period. VA will contact contractor to schedule service as needed. The contractor will provide 4 controls service visits, 8 hours per visit, 1 visit per quarter for resolving programing and controls issues. B.5 DELIVERABLES: NA B.6 ID BADGE: Contractor shall wear an identification badge at all times while on station. Badge will be obtained in building 229 when signing in and will be returned at the end of the visit when signing out. B.7 PERSONNEL: The contractor is responsible for providing a fully qualified on-site contract manager. The contract manager shall be responsible for management and coordination of the contract and shall be the point of contact with all government representatives. The contractor shall notify the Contracting Officer Representative (COR) in writing prior to contract start date the names of the Contract Manager and an alternate contract manager. The Contract Manager shall be available for the Government to reach. During normal business hours, the contract manager shall respond within one business day from the time of notification. During non-business hours, the Contract Manager shall respond within one business day. B. 8 SERVICES DELIVERY SUMMARY: NA C. SPECIAL CONTRACT REQUIREMENTS C.1 QUALITY CONTROL: The contractor is responsible for developing and maintaining a quality program to ensure that the services are performed in accordance with commonly accepted commercial practices. The contractor is responsible for developing and implementing procedures to identify, prevent, and ensure non-recurrence of defective services. At a minimum, the contractor is responsible for developing quality control procedures addressing each specific bid item of the contract to include a service delivery summary. The contractor is responsible for submitting the quality control program to the Contracting Officer with their proposal. C.2 QUALITY ASSURANCE: 1. The government will periodically evaluate the contractor s performance by appointing a Point of Contact (POC) to monitor performance to ensure services are received. The POC will evaluate the contractor s performance through review of the log sheet, review of the contractor s quality control program and receipt of complaints from department personnel. 2. Contractor will be here on the appointed times and days, unless necessary to come more often as requested by VA SORCC. 3. Completed services shall be performed in an efficient and reliable manner. VA SORCC has the right to reject work if the work is not performed in an efficient and reliable manner with the timelines and frequencies outlined above. 4. Contractor to provide POC with report on service completed and condition within two days of an inspection. C.3 GOVERNMENT REMEDIES: The Contracting Officer is responsible for following Contract Terms and Conditions. C.4 RECOGNIZED HOLIDAYS: The contractor is not responsible to provide services on the following days but must provide frequent enough service prior to and after these holidays: New Years Day, Martin Luther King Day, President s Day, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas. C.5 PERSONNEL IDENTIFICATION: Must check in at building 229 every time prior to working on site. C.6 PERSONNEL POLICY: The Contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the contractor shall provide the following for their personnel: 1. Worker s compensation, Professional Liability Insurance, Income tax withholding, and Social Security payments. 2. The parties agree that such personnel shall not be considered VA employees for any purpose and shall be considered employees of the Contractor. C.7 LAWS & ORDINANCES: The Contractor shall comply with all applicable laws, ordinances and regulations (Federal, state, city or otherwise) covering operations under the contract. C.8 TWO WAY RADIOS: The use of two-way radios is prohibited in all VA SORCC buildings. The equipment shall be turned off upon entering buildings. C.9 INVOICES: All payments shall be made in the Invoice Payment Processing System (IPPS) upon receipt of a proper invoice. Invoices will provide the following minimum information: Contract Number Date of Service Itemized Charges Authorizing Official D. TECHNICAL EXHIBITS None DIGET
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA26017Q0127/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-17-Q-0127 VA260-17-Q-0127_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3198489&FileName=VA260-17-Q-0127-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3198489&FileName=VA260-17-Q-0127-000.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: White City VA Southern Oregon Rehabilitation;Center and Clinics (VA SORCC);8495 Crater Lake Hwy;White City, OR
Zip Code: 97503
 
Record
SN04365239-W 20170108/170106233758-e2b76edc1a02ca1309fb47586a8bcc14 (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.