DOCUMENT
J -- ALBANY Chiller Plant Maint (VA-18-00062460) - Attachment
- Notice Date
- 5/8/2018
- Notice Type
- Attachment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Veterans Affairs;Samuel S. Stratton VA Medical Center;113 Holland Avenue (2-90NCA);Albany NY 12208-3410
- ZIP Code
- 12208-3410
- Solicitation Number
- 36C24218Q9362
- Response Due
- 5/18/2018
- Archive Date
- 6/2/2018
- Point of Contact
- MURRAY, ANTHONY
- E-Mail Address
-
Y.MURRAY2@VA.GOV<br
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Albany, NY for the purpose of collecting information about Full Preventative Maintenance and Repair Service for Central Chiller and Automated Controls System at the Stratton VA Medical Center 113 Holland Ave Albany, NY. The VA is seeking to provide for this requirement within 60 days of the award of the contract. The NAICS code identified for this requirement is 238220 Plumbing, Heating, and Air-Conditioning Contractors. The details of the requirement are in the Statement of Work section of this document. (e) Cursory market research has identified several small businesses that may be able to provide for this requirement. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Anthony Murray at Anthony.Murray2@va.gov. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP. - Contractors shall include any relevant comments about the Attachment(s) if applicable. Statement of Work Stratton VA Medical Center 113 Holland Ave Albany, New York Scope of Work - SOW CHILLER PLANT MAINT General Scope of Work: The Stratton VA Medical Center in Albany is currently seeking a contractor to provide full maintenance and repair service for our central chiller plant. Equipment is detailed in the spreadsheet labeled Chiller Inventory and PM Frequency. of this scope of work. This service requested is for the period of one (1) base year with the provision of one (1) option year. Scope of Service: Scheduled Maintenance, Inspection, Repair and Replacement: Contractor is required to furnish all parts, tools, equipment, and labor to accomplish the task of scheduled maintenance inspections of the chiller plant equipment. Maintenance and repairs services shall be provided by the contractor on all equipment and associated devices related to the Stratton VA Medical Center chill plant, as outlined within this specification. The services provided shall ensure the equipment is maintained and operates covered systems at optimum comfort and efficiency. Scheduled maintenance inspections shall be performed on a monthly basis throughout the year as per inspection schedule provided by the VA. Intervals must meet manufacturer s recommendations and specifications. The equipment list on the spreadsheet labeled Chiller Inventory and PM Frequency indicates the equipment that will be serviced, maintained and repaired. The contractor shall perform scheduled preventative, predictive and diagnostic services on the PC workstation specified annually. Contractor shall perform system analysis on the equipment covered to detect early signs of deteriorating performance and to predict potential equipment failures. Identified potential problem areas, shall be assigned corrective action, as outlined in this specification. The contractor shall perform maintenance tasks on all covered field hardware at appropriate intervals. Such tasks will include, but not be limited too, the running of diagnostic programs, checking of input and output device calibration, and verification of control command execution. Contractor shall provide all parts and labor necessary to diagnose and repair or replace faulty equipment under this contract. All parts, components, and/or devices that either are worn or not in proper operational condition shall be repaired, and/or replaced with new parts, components, or devices. This includes software, Workstation hardware and field hardware. The contractor shall replace obsolete or discontinued parts with a new part of equivalent or better operational performance and functional capability. In instances where new parts or components hold extensive delivery times, the contractor may substitute reconditioned parts and components upon approval of the COR. For those parts of the system that are U.L. Listed, the contractor will be responsible for replacing said parts with U.L. Listed components so as to maintain the entire system's U.L. Listing. Automated Logic Summit System: Contractor shall provide system software maintenance, application software maintenance and building-management software maintenance servicing the Automated Logic Summit (ALS) Software System in use at the Main Chiller plant and all associated hardware installed in the hospital chiller plant. Tasks required include, but are not limited to, reviewing current data files to verify that current application and programs are working properly and perform system administrative functions such as security software upgrades. Support of application software must be provided to maximize system utilization. On-site evaluation and implementation of changes to improve system operation is required. The contractor will provide complete backup for all software on and off site to minimize system downtime and improve system maintenance. As the manufacturer provides new software revisions, the contractor will provide and install these revisions at no cost to the VA. The revisions will be provided to enhance current system performance and prevent system obsolescence. The contractor must install these revisions within 30 days of their release by factory if there is enhancement to the system s current operation. Remote Monitoring: Contractor HVAC specialist from the remote monitoring facility shall take immediate action in the event of an alarm. This action includes but is not limited to diagnose the nature of the issue that triggered the alarm, perform troubleshooting from his/her interface with the system in order to attempt fixing the problem, and if necessary engage on-site personnel. In the event that the issue cannot be corrected remotely, the monitoring facility must dispatch a service technician in order to correct the issue on site. The contractor is required to provide the VA with 24/7/365 monitoring of their most critical alarms from a dedicated remote facility staffed with HVAC technical specialists, shift supervisors and managerial staff. This monitoring center must have full redundancy in systems at the data center level to fully support a 24/7/365 operation, including but not limited to electrical systems, phone systems, data base systems and support systems. In the event of an outage at the primary remote center, a redundant site must be in place to provide additional backup and support System Reports: Contractor must provide written reports to the contracting officer s representative (COR) following each scheduled and unscheduled inspection, repair, maintenance or emergency call. The contractor must test the VA building control system on a weekly schedule. A weekly record of successful tests, as well as a record of each automated critical alarm recorded and the actions associated with it, must be delivered to the COR via email. System Design Support: The Contractor shall be available, at no additional charge, for consultation regarding design changes and equipment selection, based on past experiences with similar systems. Critical Inventory: The contractor will identify a Critical Inventory within fourteen (14) days of award notification. Critical inventory shall be stored on site. The Critical Inventory will be based on the specific covered systems, to be maintained. This inventory will include the component model number, and delivery lead-time, and reasoning as to its inclusion as a Critical Inventory item. The contractor will review the Critical Inventory with the customer to determine what items will be in the final inventory. Disruption of Operation of Owners Equipment: The contractor will be permitted to stop and start all primary equipment incidental to the mechanical system(s) related to covered systems, as required, to perform necessary maintenance and repair service. All scheduled disruptions of operation of such equipment will be coordinated in advance with the owners' representative(s). The contractor will be required to notify the owner of disruption of operation of equipment and/or systems not providing life safety functions as follows: disruptions of up to fifteen (15) minutes in duration, provide notice at least two (2) hours in advance disruptions of up to one (1) hour in duration, provide notice at least twenty-four (24) hours in advance disruptions of up to four (4) hours in duration, provide notice at least one (1) week in advance disruptions in excess of four (4) hours in duration, provide notice at least two (2) weeks in advance Disruption of operation of equipment and/or systems providing life safety functions, such has fume hoods, will require at least two (2) weeks advance notice. Cooling / Heating Season: Seasonal work is defined as, Cooling Season April 1st September 30th, Heating Season October 1st March 31st, although several areas of the Medical Center are required to have both heating and cooling throughout the year. Out of scope work: Services that are outside the scope of this requirement, which are later identified as required work are not included. Services that are within scope but not specifically addressed in this statement of work, shall not be performed prior to the authorization by the CO. This authorization must come in the form of contract modification, and contractor must receive said modification prior to performance of these tasks. Site Visit: A site visit will be scheduled as part of the solicitation process. The purpose of this visit is to allow potential contractors the opportunity to become familiar with any and all conditions at the site(s) and to identify, inspect and inventory the equipment. The site visit is encouraged but not mandatory. Work Hours: All planned services provided under this agreement will be performed during normal working hours defined as 6:00 AM to 4:00 PM, Monday through Friday, excluding Federal holidays.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC500/AlVAMC500/36C24218Q9362/listing.html)
- Document(s)
- Attachment
- File Name: 36C24218Q9362 36C24218Q9362.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4285104&FileName=36C24218Q9362-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4285104&FileName=36C24218Q9362-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24218Q9362 36C24218Q9362.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4285104&FileName=36C24218Q9362-000.docx)
- Place of Performance
- Address: STRATTON VA MEDICAL CENTER;113 HOLLAND AVE;ALBANY, NY
- Zip Code: 12208
- Zip Code: 12208
- Record
- SN04915430-W 20180510/180508231358-6eda80beddd82fcb60ea90dcdda6e61e (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 |