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
DOCUMENT

J -- Sources Sought all replies are due by May 4, 2017 SB, VOSB, SDVOSB, LB, all Contractors must be registered in SAM DUE May 5, 2017 @ 2:00PM AZ Time - Attachment

Notice Date
4/26/2017
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25817N0393
 
Response Due
5/4/2017
 
Archive Date
7/3/2017
 
Point of Contact
Gary W. Smith
 
E-Mail Address
mith4@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
8-8 SOUTHERN ARIZONA VA HEALTH CARE SYSTEM BUILDING AUTOMATION SYSTEM (BAS) MAINTENANCE AND SERVICE STATEMENT OF WORK INTRODUCTION. Southern Arizona VA Health Care System (SAVAHCS) requires a qualified contractor to perform maintenance & service of the existing Building Automation System (BAS) for the entire Tucson campus. The main BAS controls the operations of the heating, ventilation and air conditioning (HVAC) system throughout the SAVAHCS campus. It senses air flows and temperatures and controls the operations of the chillers, fans, pumps, louvers and other HVAC components in response to preset instructions and parameters. The main BAS also monitors some potable water systems as well as the parking lot lighting and generator systems. A separate, smaller BAS accomplishes a similar and more limited function for buildings 80 and 90. The SAVAHCS campus is located in at 3601 South 6th Avenue Tucson, Arizona 85723. This contract will be for a Base Year and Four (4) Option Years. SCOPE. The purpose of this contract is to secure materials and the qualified technical labor that is required for the successful maintenance and service of the existing BAS systems at the SAVAHCS campus. The current BAS used at SAVAHCS is Metasys, except for Buildings 80 and 90 which are on the Alerton BAS. The scope of this work includes both the Metasys and Alerton BASs. WORK TO BE PERFORMED UNDER THIS CONTRACT Preventive Maintenance Site Work (1st line item) Provide all labor and equipment to maintain and repair the Metasys and Alerton DDC systems to include providing all replacement DDC controls and associated materials for failed or defective units. On-site work shall be for five working days per month, with coordination performed prior to arrival, and shall consist of the following: The contractor shall provide the anticipated two-month look-ahead schedule for the BAS technician to the Contracting Officers Representative (COR) within 5 business days from the start of each month. At least one week prior to the preventative maintenance visit, the contractor shall coordinate the visit (i.e., date, work schedule, and anticipated tasks) with the COR either by telephone or by e-mail. If the coordination is done by phone, within one business day of the phone discussion, the contractor shall send an e-mail to the COR documenting the details of the upcoming visit (i.e., date, work schedule, and anticipated tasks). Obtain all possible information from the BAS that will facilitate accomplishment of the preventive maintenance tasks required. Weekly Site Trip Report. Refer to Deliverables, Item 1. The contractor will advise SAVAHCS on what preparations need to be made for each visit and what data should be made available to the BAS technician, in preparation for that visit. When needed, SAVAHCS technicians will aid the BAS technician to perform tasks. These tasks shall include, but not limited to: Replacement of all DDC controls equipment that has failed or is defective. The BAS technician shall identify to the COR any defective parts or equipment in the BAS that require replacement because it has failed or is about to fail. The contractor is responsible to have in-stock or have the ability to provide all necessary parts, components, assemblies, modules, and equipment to restore any failed or defective equipment to full performance within 24 calendar hours of identification. Full performance is defined as: all failed or defective parts have been replaced with parts equivalent to or better than the original parts and meets or exceeds the manufacturer s original performance specifications. The contractor shall supply and bear the cost of all parts, lubricants, cleaning supplies, and tools required for preventive maintenance and, as a result of normal wear and tear, restore equipment to full performance. Parts, considered to be the manufacturer s recommended parts, are to be replaced in the course of recommended preventative maintenance inspection. All parts shall meet the original manufacturer s specification. Lubricants shall meet manufacturer s specifications and have prior VA approval for use. The contractor shall turn-over to the VA all non-repairable parts. Any reconditioned components utilized to make repairs must meet manufacturer s specifications and shall have at least a 90-day warranty. A reconditioned part may only be used with prior concurrence and approval of the COR. Equipment or parts that need replacement or have been replaced shall be noted on the weekly Site Visit Trip Report. Ensure all components that require a license for access are licensed to: The Southern Arizona Veterans Affairs Healthcare System (SAVAHCS). Maintain automatic update software subscription (latest software) for all Metasys related equipment onsite including VA Metasys laptops. Assess and report in writing on the operational condition of the BAS components throughout the building, including air handling units, variable air volume boxes, air supply duct work, return air duct work, building exhaust fans, system pressure, temperature and air flow sensors, damper and valve actuators, network controllers and communications lines and devices, and other components. Perform required maintenance and make all possible repairs. Document all activities, corrective actions and remaining deficiencies. Provide maintenance, repair, and calibration of the existing negative pressure room monitors including an annual calibration report. Refer to Deliverables, Item 4. Modify software operating instructions to incorporate all heating, ventilation and air conditioning (HVAC) equipment and components installations and changes. Modify programming instructions to system controllers and other components to ensure their proper and effective, operation. Confirm the proper response of all air handling units, to include their fans, dampers, and sensors to commands from the BAS. Review system reports, alarms, error logs, and resolve system alarms and errors. Identify all system components that need repair, modification or replacement components include controllers, actuators, sensors and communication devices. For components that have become obsolete, the contractor shall find a compatible replacement solution. Check the functionality of all variable air volume (VAV) boxes throughout the system, and identify, in writing to the COR, the boxes that must be adjusted. As needed, the BAS Technician shall assist the VA HVAC Shop in making the needed repairs and adjustments for optimum performance. Provide information and informal training to SAVAHCS personnel on operation and troubleshooting of the BAS system. Update existing graphics or develop missing graphics. Emergency Service (2nd line item) Provide 24/7 emergency callback service. Contractor shall provide an emergency number for the purpose of accepting service calls 24 hours a day, 7 days a week. The COR will notify the contractor of the equipment malfunction, the nature of the malfunction, and the availability of access to the equipment. The contractor must acknowledge receipt of the emergency notification by calling VA Maintenance and Operations (520-792-1450, extension 6640) within two hours of the originating call. The BAS technician shall be on-site to make repairs within eight hours of the originating call. The contractor is responsible to have in-stock or have the ability to provide all necessary parts, components, assemblies, modules, and equipment to restore any malfunctioning equipment to full performance within 24 hours of the originating call. The contractor shall restore the equipment to full performance within 24-hours of the originating call. For pricing purposes, assume four emergency services per year. Metasys Tuition Training Vouchers (3rd line item) Provide four (4) tuition training vouchers for the Metasys BAS and Extended Architecture each contract year. Over and Above (4th line item) Use of this line item is upon request of the VA. Tasks are to be negotiated through Contracting. For FY17, the VA is specifically requesting the replacement of NC-4 with an NAE-55. Refer to Deliverables, Item 6. The Over and Above tasks may include, but are not limited to, items such as: Replacement of obsolete or incompatible DDC equipment: If a component is found to be obsolete or no longer operable due to incompatibility with the latest software, the contractor is to find a suitable replacement solution that is compatible with the existing BAS. Replacement of N2 protocol equipment with BACnet protocol equipment in specifically-identified locations. Smoke damper and system testing: Operationally test the smoke damper system and verify the operation of all fans and dampers in the system. This testing must be documented and a report summarizing the testing results is required. The contractor may subcontract this task as necessary. Two laptops (5th line item applicable to FY17) Provide two laptops configured for Metasys programming/control. Refer to Deliverables, Item 5. QUALIFICATIONS OF BAS CONTRACTOR AND BAS TECHNICIAN The contractor shall confirm in writing their preparedness to meet each of the requirements of this SOW, each of the following qualification requirements, to include the specific hardware and software tools the contractor shall provide. This submission shall include a resume of the BAS technician. These requirements include: All work for the duration of this contract shall be performed by manufacturer certified trained technicians. The contractor s BAS technician shall be experienced in servicing Metasys controls systems. If the contractor s primary BAS technician is not experienced in servicing Alerton controls systems, the contractor may sub-contract Alerton work. The contractor shall be able to provide software updates to the system, as requested by the COR. In the event that the contractor employs a sub-contractor, the contractor will provide a list of facilities that the sub-contractor successfully installed or serviced BAS in, as well as at last two customer reviews of the performance of the sub-contractor. The BAS technician shall be capable of executing all software programming and adjustments required to complete this SOW. The BAS technician shall have all tools, both software and hardware, WITH ADAPTORS AND CABLES, required to complete the repairs to this specific BAS system and its components, to include special software programs, licenses, administrative passwords and tools required to access and update instructions to system controllers, actuators, sensors and all other components. DELIVERABLES. The contractor shall provide the following items to SAVAHCS as part of this statement of work: Site Visit Trip Report (weekly): The BAS technician shall furnish a Site Visit Trip Report within 3 calendar days after return from the Preventive Maintenance site visit. The BAS technician shall deliver (3) three electronic copies of the Site Visit Trip Report in Microsoft Word or Excel 2012-compatible file or newer. Refer to Attachment 1 for an example of a Site Visit Trip Report. The Site Visit Trip Report spreadsheet shall be used to sequentially document accomplished tasks, defective equipment, recommendations, etc. The Site Visit Trip Report shall also be used to document emergency services. The Site Visit Trip Report shall: Provide a listing and description of all modifications made to the system software and hardware and the time spent on each task. Identify findings of deficiencies and recommendations for BAS improvement. Make observations regarding training and proficiency of SAVAHCS personnel to operate the BAS. Provide a listing of recommended repairs and spare parts to be installed or maintained by SAVAHCS. This list shall include the following: Manufacturer s name. Parts number. Estimated price. Updated BAS Metasys software for the BAS controls stations in the latest version compatible with the version installed, to include Metasys subscription for ADX10M-001 server. Ensure that software licensed to SAVAHCS for VA Metasys laptops includes: CCT, SCT, HVAC PRO, DX-9100 and Excel Licenses and Password/Permissions. Provide required Metasys licenses, passwords, and permissions to access the BAS and its operating components. The licensee shall be: The Southern Arizona Veterans Affairs Healthcare System (SAVAHCS). Controller Programs and Instructions shall be provided for all non-proprietary programs and instructions installed on all components of the BAS. By November 30th of each fiscal year, the contractor shall provide an annual calibration report of all room pressure monitors. By July 31, 2017, the contractor shall provide two laptops configured for Metasys programming/control. Refer to Attachment 2 for laptop specification and ensure that the software licensed to SAVAHCS for the VA Metasys laptops includes, at a minimum: the Metasys Launcher, CCT, SCT, HVAC PRO, DX-9100 and Excel. By September 30, 2017, the contractor shall provide all labor and equipment necessary to remove NC-4 and replace it with a new NAE-55 provided and installed by the contractor. The NAE-55 controller shall be sized for at least 25% spare inputs. PRODUCTS USED. Use of U.S. manufactured products is preferred when not required. All provided material must be compatible in size rating and quality to the part it is replacing. SECURITY AND CLEARANCE REQUIREMENTS. All contractor personnel should have a criminal free background Contractor will have to provide criminal background information on all personnel working on the SAVAHCS campus. The contractors working at SAVAHCS must comply with VA computer security guidelines (e.g., with regards to thumb drives, CD s, external storage devices and internet access). When possible, the COR or technical representative will provide a copy of the SAVAHCS campus map and respond to any questions about security, access, parking, or general nature. Once all needed material is on site, visit dates will be coordinated the COR and the contractor. BAS TECHNICIAN ABSENCES. The COR shall be informed by e-mail at least two weeks in advance of planned BAS technician absences (e.g., planned vacations). The COR shall be informed as soon as possible of any unforeseen absences. If and when the primary BAS Technician is unavailable, a backup technician will be provided, to maintain service continuity. SERVICE INTERRUPTIONS. The BAS technician shall plan, coordinate, and schedule all BAS site work with the COR. Any and all service interruptions shall be subject to approval by the COR. SITE RESTORATION. The BAS technician shall ensure that all facilities receiving this work shall be left in a condition acceptable to the SAVAHCS personnel upon completion of the work. This includes general cleaning up the work area. SAFETY. Safety is the highest priority on the SAVAHCS campus. The contractor and BAS technician are responsible for meeting all applicable OSHA and VA guidelines for safe working processes (e.g., lockout/tagout). The BAS technician shall bring any safety concerns immediately to the attention of the COR. Attachment 1: Example Site Visit Trip Worksheet Date Tasks Hours per Task Total Hours 07/24//2017 1. Prepared graphic for B57_AHU4. Completed. 4.0 8.0 2. Revised Occupied and Unoccupied Setpoints and deadband for B1A. Assessed changes. 2.0 3. 3. Tested smoke dampers and AHU fans and dampers for B80_AHU1 2.0 07/31/2017 1. Delivered two laptops configured for Metasys per SOW and gave informal training on the laptops to VA AC Shop personnel. 6.0 8.0 2. Recommendation: Upgrade B5 N2 to BACnet 2.0 08/02/2017 1. Prepared graphic for B57_AHU6. Completed. 4.0 8.0 2. Revised Occupied and Unoccupied Setpoints and deadband for B90. Assessed changes. 2.5 3. Tested smoke dampers and AHU fans and dampers for B30_AHU. 1.5 09/06/2017 1. Replaced NC-4 with NAE 8.0 8.0 Attachment 2: Portable Operator Terminal Specifications The BAS Contractor shall provide two (2) portable operator terminals for programming/controls purposes. The portable terminals shall be configured as follows: Personal Laptop Computer Manufacturer Dell, Compaq or HP 4 GB RAM Windows 7 Professional 32 bit Edition (***confirm with local Tucson JCI office that the 32 bit Edition is preferred over the 64 bit Edition***) 2.3 GHz Clock Speed Intel Core i5 6200U/2.3 GHz 500 GB HDD SATA 3 Gb/s/7200 rpm Hard Drive (40 GB minimum) (1) DVD SuperMulti Optical Drive (1) Serial (1) Parallel (2) USB ports Gigabit Ethernet, 802.11 a/b/g/n, Bluetooth 4.2, Wi-Fi certified. 1 Keyboard with 83 keys (minimum). Integral 2 button Track Point or Track Ball. 15.6 SVGA 1366x768 (HD) resolution color display Two PCMCIA Type II or one Type III card slot Complete operator workstation software package, including any necessary hardware or software. Original printed manuals for all software and peripherals. Original installation disks or CD for all software, device drivers, and peripherals Software registration cards for all included software shall be provided to the Owner. Microsoft Excel (version that can be activated by phone not the version that must be activated over the internet) Carrying case/external power supply/battery charger Proprietary Portable Terminal Manufacturers providing proprietary portable terminals shall submit technical data sheets for the terminal and all associated software and hardware. The proprietary terminal shall meet the same operator interface software requirements as specified above. Software Portable operator terminals shall support all Metasys controllers within the system on a direct-connect communications basis. When used to access First or Second Tier controllers, the portable operator terminal shall utilize the standard operator workstation software, as previously defined. When used to access Application Specific Controllers, the portable operator terminal shall utilize either the standard operator workstation software or controller-specific utility software.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817N0393/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-17-N-0393 VA258-17-N-0393.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3446586&FileName=VA258-17-N-0393-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3446586&FileName=VA258-17-N-0393-000.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: SAVAHCS;3601 South 6th Avenue;Tucson, Arizona
Zip Code: 85723
 
Record
SN04486731-W 20170428/170426235733-8c95737c4c0cabf44da16b600166fdf0 (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.