Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
SOLICITATION NOTICE

J -- PREVENTATIVE MAINTENANCE AREA WIDE - ATTACHMENT

Notice Date
10/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Albuquerque Area Office, 4101 Indian School Road NE, Suite 225, Albuquerque, New Mexico, 87110, United States
 
ZIP Code
87110
 
Solicitation Number
19-242-SOL-00002
 
Archive Date
11/15/2018
 
Point of Contact
Darrell Chino, Phone: 505-256-6757, Dawn A Sekayumptewa, Phone: 505-248-4561
 
E-Mail Address
darrell.chino@ihs.gov, dawn.sekayumptewa@ihs.gov
(darrell.chino@ihs.gov, dawn.sekayumptewa@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
BID SCHEDULE (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This Request for Quotation (RFQ) is being issued via solicitation number 19-242-SOL-00002. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-98. (iv) Pursuant to the authority under FAR 19.5, this requirement is a Small Business Indian Firms set-aside but if it is found there is no Small Business Indian Firms (veteran owned, veteran-owned disabled, woman owned, etc.) then with this same solicitation will consider any Large business once the determination has been made regarding the Small Business Indian Firms set-aside and the associated NAICS code is 811310 with small business standard of $7.50. (v) The Contract Line Items (CLIN) and pricing structure are as shown below: BASE BID: (SEE ATTACHMENT) For providing all services, labor, materials, and equipment required for the performance of the base bid project in accordance with the Scope of Work, specifications, and all regulations. Bid shall include all costs, fees, and applicable taxes. (vi) The purpose of this fixed price purchase order is to procure Building Automation Control System and Technical Support & Preventative Maintenance with the following Scope of Work: The Vendor shall provide Building Automation Control System and Technical Support & Preventative Maintenance at the Albuquerque Area IHS Health Facilities: A. General The Contractor shall provide all necessary labor, services, equipment, tools, materials, and supplies for the provision of technical and program support for the maintenance of the Automated Logic-Control (ALC) Systems at the designated Healthcare facilities within the Albuquerque Area Indian Health Service that utilize Direct Digital Controls (DDC) for Heating, Ventilation, and Air Conditioning (HVAC) systems. All necessary services shall be accomplished as described by this Scope of Work. B. Project Description 1. The Contractor shall provide system and software troubleshooting and diagnostics via phone or internet. The Government shall provide the necessary IP address in order for the Contractor to access the system via internet. Operator Support shall be provided either by remote access or on site during normal business hours. After normal business hours support shall be billed at an agreed upon rate. 2. The Contractor shall provide dedicated account management to coordinate the delivery of service, technical assistance for system programs and control strategies, and implementation of a quality assurance program. 3. The Contractor shall furnish and install WebCTRL updates as they become available to maintain or improve performance within the functional capabilities of the system. Updates to the system shall be in the current WebCTRL series. Upgrades shall be provided as they are made available by Automated Logic Corporation. Documentation updates shall be provided as they become available. 4. The Contractor shall back up each field panel database and system file at least once per year. In the event of memory loss, the database shall be reloaded from the current backup copy. 5. The Contractor shall perform field panel diagnostics, analyze results, and provide recommendations to optimize building control performance of each system during each scheduled visit. 6. The Contractor shall provide consultation and any necessary training to assist the facility maintenance personnel/operators in identifying, verifying, diagnosing, and resolving software problems found in executing the tasks for which they are utilizing the building automation systems. 7. The Contractor shall provide consultation and technical assistance in the management of BAS as the system expands through renovations, additions, and new projects. The Contractor shall incorporate new components and new information as they are added to the DDC systems at each respective facility. C. Preventative Maintenance 1. The Contractor shall perform preventative maintenance in accordance with a program of standard maintenance routines determined by facility, building, equipment application, and manufacturers' recommendations. The Contractor shall provide a minimum of four scheduled preventative maintenance site visits per year for each facility listed in this agreement. 2. The Contractor shall inspect and repair or replace failed or worn components with new components to maintain peak operating conditions and minimize obsolescence during the scheduled visits. Components that are suspected of being faulty shall be repaired or replaced to prevent system failure. The Contractor shall perform and provide component upgrades as determined by system revisions and technical improvements issued by the manufacturer. 3. The Contractor shall review and inspect the system graphics to ensure each facility is appropriately detailed and provide upgrades as necessary for the operators to control and manage their systems. 4. At a minimum, the Contractor shall schedule back-ups for each ALC database on a quarterly basis and the PC graphics database at least annually. 5. The Contractor shall provide WebCTRL upgrades as they become available and provide a schedule to develop, furnish and install necessary revisions to maintain and improve performance within the Area-wide system. Should the updates require additional training for the users, sessions shall be coordinated with the Project Manager. 6. The Contractor shall perform system inspections and check system integrity through a sample of point checks, point commanding techniques, selective disabling, system wide function test and examination, and analysis of report logs each quarter. 7. The Contractor shall perform remote diagnosis of systems to ensure reliability and functionality. The Contractor shall schedule site visits when remote diagnosis determines one is required to perform troubleshooting procedures. The Contractor shall perform emergency service calls when diagnosis determines an immediate response is warranted. 8. The Contractor shall provide emergency repair service for the system within two hours via internet and within eight hours for an on-site response when a request for such service is initiated by the Government. 9. The Contractor shall maintain and provide documentation of each web or on-line service call and each site visit. Each work order shall include time, date, equipment identification, equipment location, work performed, and any special instructions. D. Location of Work & Facility Overview 1. The Contractor shall provide services for the main DDC Server located at: • Albuquerque IHS Area Office, 4101 Indian School Road NE, Suite 225, Albuquerque, NM 2. The Contractor shall provide services at the following Government-owned facilities with Building Automation Systems: Acoma Canoncito Laguna Hospital, 80 B Veterans Blvd, Acoma Pueblo, NM Albuquerque IHS Dental Clinic, 9169 Coors Road NW, Albuquerque, NM Albuquerque IHS Health Center, 801 Vassar Drive NE, Albuquerque, NM Jicarilla Health Center, 500 North Mundo Drive, Dulce, NM Mescalero IHS Hospital, 318 Abalone Loop, Mescalero, NM Santa Fe IHS Hospital, 1700 Cerrillos Road, Santa Fe, NM San Felipe Health Center, San Felipe Pueblo, NM Taos Picuris Health Center, 1090 Goat Springs Road, Taos Pueblo, NM Zuni Comprehensive Community Health Center, Route 301 North B Avenue, Blackrock, NM 3. The Contractor shall provide services for the BAS/DDC systems which, based on the latest inventory, comprise of the following main items: Description Quantity ALC WebCTRL software 1 Main Server 1 Gateway Routers 22 Boiler/Chiller 18 AHU/RTU 46 Zones/EF/Misc. 585 E. Facility Procedures 1. After contract award and prior to the commencement of services, the Contractor shall complete applications and forms required for the purpose of background character investigations. All professionals and crew members scheduled to provide services at the designated facilities are required to complete the appropriate Government forms for background and security clearance. The Contractor shall schedule appointments with the designated Government official for completing the forms and for fingerprinting. 2. The Contractor shall attend and participate in a pre-performance meeting within two weeks from the date of Notice to Proceed. The meeting shall be coordinated by the Project Manager and Facility Managers. The pre-performance meeting agenda shall include, at a minimum, a review of the specific facility's Contractor procedures, safety and security measures, proposed plan and drawing review, work schedule, project reports, and any required coordination 3. The Contractor shall provide a detailed schedule of services, sample report, and sample inspection checklist for the Facility Managers at the pre-performance meeting. These documents shall be reviewed to ensure that the reporting meets any facility and code requirements. Revisions to the documents shall be made as necessary for each facility prior to the work being performed. 4. The Contractor shall perform all work during normal business hours, 8:00 a.m. to 5:00 p.m., Monday through Friday, excluding Federal Holidays. Authorization other than normal work hours shall be coordinated and approved in advance with the respective Facility/Maintenance Contact. 5. The Contractor shall coordinate all site visits with the respective Facility/Maintenance Contact. The Contractor shall sign in and out with the Facility Maintenance office or designated Administrative Office during every visit. A Contractor's badge shall be provided to each crew member on-site and shall be worn as work is performed. Badges shall be returned at the end of the work day or at the end of the work period at that facility as determined by the Facility/Maintenance Contact. 6. The services are to be performed and completed while the facilities and hospitals remain in operation. The Contractor shall ensure that the services do not disrupt patient care. 7. The Contractor shall adhere to all policies, standards, and requirements of the respective hospital or health center while on-site. Safety procedures shall be strictly adhered to at all times. Prior to commencement of work, each crew member shall receive safety training from the respective facility Safety Officer. 8. The Contractor shall be aware that some Facilities are located on Tribal Land and are subject to closure to non-residents for Tribal purposes. The Contractor shall adhere to all Tribal requirements and regulations while on-site and re-schedule services as necessary with the Facility Maintenance Contact. 9. The Contractor shall complete all applications and forms required for IHS computer and network security systems prior to the commencement of services. The Contractor shall adhere to all IHS computer and network security requirements. Access to the network system shall only be provided upon confirmation of the background and security clearance. Access to the system shall be securely maintained and used only for the purposes of the building operating systems. F. Quality Assurance 1. All devices, systems, equipment, and materials furnished and installed shall be new, Listed, and of types or models approved by the Government, for use in systems and occupancies of this type. All equipment shall be installed in accordance with the manufacturer's recommendations and the listing limitations. The Contractor shall provide submittals with listings of proposed equipment and combinations of equipment. 2. The Contractor shall meet the technical requirements and possess the required experience as follows: a. Have a minimum of five (5) years' experience in the Building Automation System industry and in the work of inspecting systems for compliance with code requirements. A list of contracts shall be provided for review. b. Have in depth knowledge and demonstrated skills in working with Automated Logic Control Systems. c. Have certification as a licensed representative for Automated Logic Control Systems. d. Have performed similar type projects in scope and size within the last two (2) years. e. Have familiarity in the geographical area regarding aspects related to and required for control systems. f. Have the ability, including equipment and personnel, to provide reports and drawings as described in Section G - Deliverables within 14 calendar days after completion of work at each facility. G. Deliverables The Contractor shall provide the following reports to the Facility Maintenance Contact for each service performed: 1. Service or Work Order: The Contractor shall provide a service report or work order for every service. This shall include, at a minimum, the date of service, name of Technician, inspection checklist, tests performed and results, deficiencies discovered, all repairs, all parts replaced, and overall condition of system. 2. Equipment and Component Submittals: The Contractor shall provide cut sheet information on all parts and components used in the performance of services. The Contractor shall provide the cut sheets to the Facility Maintenance Contact. H. Period of Performance The Period of Performance is a Base Period of (12) months with four (4), twelve (12) month Option Years, unless the period is extended by modification to this contract. The Government may exercise options to extend the period of performance in accordance with FAR Clause 52.217-9, Option to Extend the Term of the Contract (Mar 2000); upon written notification by the Contracting Officer within 30 days of the contract expiration. The period of performance shall be as follows: Base Year: TBD, 2018, through TBD, 2019 Option Year One: TBD, 2019, through TBD, 2020 Option Year Two: TBD, 2020, through TBD, 2021 Option Year Three: TBD, 2021, through TBD, 2022 Option Year Four: TBD, 2022, through TBD, 2023 I. Invoice Submission The Contractor shall submit monthly invoices to the COR/Project Manager and Facility Maintenance Contact and shall be inclusive of all required costs and applicable taxes. Payment shall be made in ARREARS. Electronic funds transfer shall be utilized as method for processing payment. Upon receipt of Contractor's properly prepared invoice, the COR/Project Manager will review for certification of services and the COR will forward the documentation to the Receiving Agent for processing. As a minimum, a properly prepared invoice shall include: 1. Invoice number 2. Current date 3. Invoice period 4. Contract, Purchase Order, or BPA Number 5. Contractor name, address, telephone number 6. Contractor's tax identification number (TIN) 7. Contractor's DUNS 8. Description of services rendered (vii) The delivery and acceptance terms for this order are FOB Destination. 90 days after Receipt of Award. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Aug 2018), applies to this acquisition. Quotes shall be submitted on company letterhead stationery, signed and dated, it shall include the following: 1. Solicitation number. 2. Name, address, telephone number of the offeror and email address of the contact person. 3. Completed Pricing Information and discount terms if applicable. 4. A completed copy of the representations and certifications at FAR 52.212-3. 5. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (ix) The provision at 52.212-2, Evaluation - Commercial Items (October 2014), applies to this solicitation. a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability (specifications) and (ii) Price; All technical factors other than price, when combined, are more important than price. b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2018), with its offer. The offeror shall complete only paragraph (b) of the provision of the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The following addendum applies: E-Mail Addresses for submission of invoices are darrell.chino@ihs.gov; alb_aoapinvoices@ihs.gov; and deanne.waconda@ihs.gov. Invoice shall be submitted once delivery has been completed. (xii) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Item (Aug 2018), and the additional FAR clauses cited in the clauses are applicable to the acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)) (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)) (3) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). (4) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)) (5) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (6) 52.222-3, Convict Labor (June 2003) (E.O. 11755) (7) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126) (8) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (9) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246) (10) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) (11) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b) (12) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) (13) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). (14) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332) (15) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). (xiii) The following additional contract requirement(s) and terms and conditions are determined by the contracting officer to be necessary for this acquisition consistent with customary commercial practices: a) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. This solicitation incorporates solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far/. 1) FAR 52.217-8, Option to Extend Services (Nov 1999) 2) FAR 52.236-12, Cleaning Up (Apr 1984) b) The following HHSAR clauses are incorporated to this RFQ: 1) 352.211-3, Paperwork Reduction Act (DEC 2015) 2) 352.226-1, Indian Preference (DEC 2015) 3) 352.226-2, Indian Preference Program (DEC 2015) 4) 352.227-70, Publications and Publicity (DEC 2015) (xiv) N/A (xv) Proposals are due by 4:00 pm MDT on October 31, 2018, e-mails the proposals to darrell.chino@ihs.gov. Questions are due on October 22, 2018 by 3:00 pm MDT. Offer must confirm the receipt of the proposal by IHS. See section F (2) (a-f) on required documents. (xvi) Technical Contact is Deanne Waconda at deanne.waconda@ihs.gov. Contact for solicitation is Darrell Chino at darrell.chino@ihs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ALB/19-242-SOL-00002/listing.html)
 
Place of Performance
Address: 4101 INDIAN SCHOOL RD N.E, SUITE 225, ALBUQUERQUE, New Mexico, 87110, United States
Zip Code: 87110
 
Record
SN05119045-W 20181012/181010230651-a9f47fbb815341affd42da1a861bfb3e (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.