Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
MODIFICATION

J -- RFI for Small Businesses Emer. Mgmt. Contrl System

Notice Date
4/26/2017
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Social Security Administration Office of Acquisition and Grants 1540 Robert M. Ball Building 6401 Security Blvd Baltimore MD 21235
 
ZIP Code
21235
 
Solicitation Number
SSA-RFI-17-1050
 
Response Due
5/31/2017
 
Archive Date
6/30/2017
 
Point of Contact
CROWLEY, TERRY
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of amendment # 00001 to SSA-RFI-17-1050 is to point out that the contact for this Request For Information is Terry Crowley at terry.crowley@ssa.gov and to associate Form SF-1449. The due date of May 31, 2017, 2:00pm CST will remain the same. SMALL BUSINESS SOURCES SOUGHT SYNOPSIS Solicitation Number:Notice Type: SSA-RFI-17-1050 Sources Sought Classification Code:NAICS Code: R238220 Synopsis: The Social Security Administration (SSA) is conducting a market survey/sources sought to help determine the availability and technical capability of qualified small businesses, capable of providing the requirement below. This market survey/sources sought announcement is not a request for proposals, and the Government is not committed to issue a solicitation or award a contract pursuant to this announcement or based on responses to this announcement. The information from this market research is only for planning purposes, and will assist the Government in its acquisition strategy. As such, the Government will not entertain questions concerning this synopsis, and will not pay any costs incurred in the preparation of information for responding to this market survey or the Government ™s use of the information. Proprietary information must be clearly identified as proprietary information. SSA has a requirement for Building Automation Service Agreement. The Contractor shall provide all supervision, labor, equipment, material, and support to monitor the complex mechanical systems that ensure air quality, and occupant comfort / safety at the Social Security Administration, Richmond, California. SSA has installed a state of the art Alerton Building Automation System. This significant investment controls, monitors, and alarms all aspects of the facility ™s operation. The Contractor shall provide onsite support two days or sixteen (16 hours) per month, over a twelve (12) month period. The major components of this program include the following: żEmergency Response żOnsite Coaching and Operation Support żAnnual Software Upgrades żPreventive Maintenance Routines żEnergy Savings Assessment and Review The Contractor shall perform the following services: 1.Adjustment and or repair of the EMCS (IBEX / BACTALK) including computer equipment, printers, programming, transmission equipment, global controllers, tuxes, and all sensors and control devices which interface between the original ślocal loop ť (trunks) control equipment and the EMCS, to maintain this system for optimal operation. (See Appendix A for equipment repair/replacement exclusions). 2.The Contractor shall make available a service representative to aid in analyzing problems and recommending possible solutions through a modem from a remote location. This service can eliminate the need for an emergency onsite visit. The contractor shall fax or e-mail a copy of the work order of the work requested upon completion, indicating action taken and time spent to the SSA project officer for the onsite records. 3.The Contractor shall guarantee a response time of two hours on-line and a 24 hour onsite response time to trouble shoot and repair any reported hardware, system components, or software programming problems. For system component work not located in mechanical spaces or other readily accessible areas, after hours work is required. 4.During scheduled visits, the service representative shall save and backup the complete system software database, down to the controller level, on a quarterly basis, or whenever programming changes are made. The Contractor shall provide SSA with a site copy and will maintain an offsite copy at the Contractor ™s office. 5.An annual inspection and preventive maintenance shall be performed on the EMCS System and associated equipment such as control valves, dampers, damper actuators, temperature, Co2, humidity, pressure sensors, and other safety devices. Backup batteries on Apex and other equipment that require backup batteries shall be replaced at a minimum once a year. VAV box controls, fan motors, and heaters shall be inspected for proper operation. The Contractor shall provide a written report on any deficiencies found and a proposal for needed corrections. 6.The Contractor shall maintain a service log onsite for SSA ™s Maintenance Services Unit (MSU) to document concerns, system problems, and other related items that require attention. Each scheduled service visit shall begin with a review of the service log to find out if there are any specific problem areas in case there are no MSU maintenance personnel available outside of the standard building hours that the building is open. The Service Log will have a sign in and sign out section with the number of hours used by the Contractor ™s technician while onsite. Regular building hours are Monday through Friday, from 6:00 a.m. to 6:00 p.m., and the building is normally closed during Federal Holidays. 7.Contractor to incorporate latest software upgrades and all issued bug fixes from Alerton. 8.Contractor to consult SSA Richmond on energy efficiency based on their on-going energy efficiency studies and programming optimization. Contractor to identify ways to reduce unnecessary utility costs related to building operations. 9.All scheduled and unscheduled service visits shall be documented in the log by a work order form, detailing the service performed and any other service work required to maintain the system in an optimum performance level. 10.All contractors, service technicians / mechanics are to be all Alerton Factory Trained Personnel. Appendix A “ List of Maintained Equipment Alerton BACtalk Platform Equip. Des. Qty Rpr/ReplcSftwr Upgrd PM Envision for BACtalk Server1 No Yes Yes Envision Client Workstations (3 Laptops and 2 Desktop) Global Controller “ BCM Array5 2No NoYes YesYes Yes AHU Controllers (VLC-1188)2YesNoYes EF Controllers (VLC-5502YesNoYes VAV (VLC-BACtalk)38YesNoYes VAV (VLC-IBEX)30YesNoYes Alerton IBEX Platform Equipment DescriptionQtyRepair & Replacement CoverageSoftware UpgradesPreventative Maintenance Envision for IBEX Server1NoNoYes Envision for IBEX Client Workstation(s) (3 Laptops and 2 Desktop)5NoNoYes Global Controller “ APEX (full)*4YesNoYes Global Controller “ APEX LT*1YesNoYes Chiller Plant Controllers (TUX-APLC)4YesNoYes Chiller Plant Controllers (TUX-16160)1YesNoYes Condenser Plant Controllers (TUX-APLC)2YesNoYes Condenser Plant Controllers (TUX-16160)1YesNoYes AHU Controllers (TUX-APLC)24YesNoYes EF Controllers (TIED INTO AHU)N/AYesNoYes ACU Controllers (TUX-653P)60YesNoYes VAV (TUX) 348YesNoYes Lighting Control (TUX-16160)52YesNoYes The North American Industry Classification System (NAICS) code is 238220 and the size standard is $15M. Interested firms with the capability of providing the requirement, per applicable subcontracting rule limitations (e.g., those in FAR 52.219-3 and 52.219-14), shall submit capability statements that demonstrate their expertise in the above-described areas in sufficient detail, including any other specific and relevant information, so the Government can determine the firm ™s experience and capability to provide the requirements. Failure to demonstrate the capability of providing the requirement in response to this market survey may affect the Government ™s review of the industry ™s ability to perform or provide these requirements. In addition to capability statements, firms must include this information in their responses: (1) organization name, address, email address, website address, and telephone number; (2) size and type of ownership and socioeconomic designation for the organization [i.e. small business, small disadvantaged business, 8(a), etc.]; and 3) business experiences. Vendors must send written responses by May 31, 2017 to Terry Crowley, Contract Specialist at terry.crowley@ssa.gov. NO PHONE CALLS PLEASE. Contracting Office Address: Social Security Administration (SSA) Office of Acquisition and Grants (OAG) Division of Western Regional Contracts (DWRC) Richard Bolling Federal Building 601 E. 12th St., 10th Floor, Post B-8 Kansas City, MO 64106 Place of Performance: Social Security Administration (SSA) Frank Hagel Federal Building (FHFB) 1221 Nevin Ave. Richmond, CA 94801 Primary Point of Contact: Terry Crowley terry.crowley@ssa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFI-17-1050/listing.html)
 
Record
SN04485574-W 20170428/170426234702-e8b4c4cdeea1a6e6e3017a5d7977fba6 (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  © 1994-2020, Loren Data Corp.