Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
DOCUMENT

C -- Consolidate HVAC Controls Project No. 542-19-102 - Attachment

Notice Date
11/7/2018
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;VA Medical Center;1400 Blackhorse Hill Road;Coatesville, PA 19320
 
ZIP Code
19320
 
Solicitation Number
36C24419Q0062
 
Response Due
11/21/2018
 
Archive Date
12/21/2018
 
Point of Contact
Elizabeth Morin
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 3 of 3 SOURCES SOUGHT: Sources Sought only. This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this sources sought is to determine interest and capability of potential qualified/verified Service Disabled Veteran-Owned Small Architect and Engineering firms relative to the North American Industry Classification code (NAICS) 541512. The Small Business Size Standard for this NAICS code is $27.5M. To make an appropriate acquisition decision for this requirement, the Government will use responses to this sources sought notice. The type of solicitation issued and the manner of advertisement will depend on the responses to this sources sought notice. REQUIREMENTS DESCRIPTION: The VA Medical Center (CVAMC) in Coatesville, PA is seeking professional Architect and Engineering (A&E) services for Project No. 542-19-102, Consolidate HVAC Controls. In accordance with the Selection of Architects and Engineering firms (Public Law 92-582) and implemented in the Federal Acquisitions Regulations (FAR) Part 36. Architectural and Engineering (A&E) firms permitted by law to practice the professions of architecture or engineering are requested to send two copies of an SF 330 (8/2016 Edition) and CD from qualified and eligible firms classified as 100% SERVICE DISABLED VETERAN OWNED SMALL BUSINESS CONCERNS. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal and an award will not be made with this announcement. This announcement is a request for SF 330s from qualified firms that meet the professional and set aside requirements listed in this announcement. GENERAL SCOPE OF WORK: The consultant shall provide all architectural and engineering services as defined to accomplish complete contract drawings, specifications, technical reports and cost estimates for the scope of work. Existing Systems Overview: There are 27 normally occupied buildings on campus, of which 22 have central air handling (AH) systems and pumps. There are 12 buildings with Direct Digital Control (DDC) systems to control the equipment. Two other buildings have DDC systems to control specialty areas, even though the central AH systems are not. Four buildings have monitoring only by DDC systems. There are 4 different DDC systems installed across the campus JCI Metasys, Niagara AX, Delta Controls, and Trane Summit. Since the installations have been done by different vendors, there are 7 different web sites needed to access the systems. The facility was never given full administrative control of some of the systems, so controllability is limited. There are other problems as well. Scope of Work: This project will integrate all HVAC Direct Digital Control (DDC) systems on this campus for full functionality of the systems controls and the user interfacing. The integration must apply not only to existing DDC systems, but to planned implementations of new systems either in design, or construction. The infrastructure must be expandable to allow for future incorporation of all remaining pneumatic/local systems upon replacement with DDC systems. The new DDC network must be secure, yet readily accessible by all authorized users with varying access levels. Human Interface must be available through both web-based access and local access at the equipment rooms. The new DDC network must have ease of maintenance, without any requirement for proprietary licensure. The new DDC network must be in accordance with VA requirements as much as applicable. Where technology has developed beyond the current VA Masterspec, the application must be thoroughly vetted through VA Central Office. Within the Schematic Design submission, the A/E shall provide options and recommendations for the system architecture and interoperability platforms. Address the advantages and disadvantages of each option. Additionally, provide phasing recommendations in order to streamline the construction and maintain HVAC system functions during the construction. Identify any required temporary apparatus. The scope of work includes but is not limited to the following: Coordinate with CVAMC Chief Information Officer (CIO) or designee through the COR throughout the project in order to ensure that all IT and information security requirements are followed and maintained. Coordinate with CVAMC CIO regarding the application of government furnished equipment (GFE) for the new system or its setup. Coordinate the locations of all new panels and equipment with the CVAMC. Ensure that the appropriate ambient conditions will be maintained for all agreed upon locations. Include building system modifications in the design if necessary to accomplish this. Subcontract a commissioning organization to ensure that all HVAC functionality is accomplished and demonstrated prior to construction project completion acceptance. Coordinate with the various vendors of the existing direct digital control (DDC) building automation systems (BAS) for HVAC systems through the COR for successful integration with such systems. Coordinate with A/E firms of other projects for any new HVAC control systems being designed. Provide clear descriptions of all requirements for future new HVAC systems to ensure seamless integration. Provide uninterruptible power supply (UPS) as required for new computers, panels and devices. The system shall have all required lightening/surge protection. Re-landscape any existing landscaping damaged or removed during construction activities such that the final conditions match or improve upon the pre-construction landscape conditions. (The construction contractor shall photograph all areas of the CVAMC campus to be affected by construction activities, equipment, vehicles or materials staging prior to commencement of such activities.) Provide new materials as required. Patch all surfaces and finishes where existing control system components are removed and where surfaces and finishes are damaged by the construction and removal activities. Replace ceilings and provide access panels as required to accomplish the work. Instruct designated VAMC staff in the proper operation of the new system. All construction activities shall comply with OSHA requirements. Submission Requirements for responses to this sources sought synopsis: (1) Your intent to submit SF330 qualifications for this announcement when it is formally advertised. (2) Name of firm with address, phone and point of contact. (3) Statement of Capability (SOC) stating your capabilities to provide Architect and Engineering services to perform design services. (4) A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System (DUNS) commercial and Government Entity (CAGE) and Small Business Administration Certification of Small Business Type, (Reps/Certs) (5) A statement addressing your socioeconomic status. All correspondence and responses must be received by 11:00 a.m. EST on Wednesday, November 21, 2018 and shall be e-mailed only to Elizabeth Morin, Elizabeth.morin3@va.gov (End of Document)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24419Q0062/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24419Q0062 36C24419Q0062.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4672760&FileName=36C24419Q0062-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4672760&FileName=36C24419Q0062-000.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: Department of Veterans Affairs;VA Medical Center;1400 Blackhorse Hill Road;Coatesville, PA
Zip Code: 19320
 
Record
SN05145833-W 20181109/181107230551-22e2fc4dca3aa5d603d3f33578fa56bb (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.