SOURCES SOUGHT
J -- Chiller Boiler Systems Repairs MEDVAMC
- Notice Date
- 3/7/2019
- Notice Type
- Synopsis
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
- ZIP Code
- 77030 4298
- Solicitation Number
- 36C25619Q0498
- Response Due
- 3/14/2019
- Archive Date
- 5/13/2019
- Point of Contact
- shasta.britt@va.gov
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice This Sources Sought/Market Survey Notice is being conducted by the Network Contracting Office (NCO) 16 at 2002 Holcombe Blvd. Bldg. 100, Houston, Texas 77030 to identify other sources that are capable of providing all labor, equipment, tools, supervision transportation, administration, parts and materials to repair chiller systems at the Michael E. DeBakey VA Medical Center (MEDVAMC), 2002 Holcombe Blvd. Building #100; Houston, Texas 77030. Description / Scope / Objective. The Contractor shall provide all labor, equipment, tools, material, parts, supervision and other items for services necessary to perform the work as defined below. Contractor shall be able to perform services at hundred percent. Title of Project: Repair services chiller systems at the Michael E. DeBakey VA Medical Center (MEDVAMC). Scope of Work: The purpose of this contract is to locate a contractor at a fair and reasonable price in providing all labor, equipment, tools, supervision transportation, administration, parts and materials to repair chiller systems at the Michael E. DeBakey VA Medical Center (MEDVAMC) as specified in the contract. Draft Statement of Work 1. GENERAL: Introduction: The contractor shall provide all labor, equipment, tools, supervision transportation, administration, parts and materials to repair seven (7) chillers and replace one 1 chiller at the Michael E. DeBakey VA Medical Center in Houston, Texas. The chillers are currently non-operable. It is highly recommended that all bidders make a site visit to the site prior to bidding the job. Two (2) chillers, Chiller #1 and Chiller #7, are located in Building 104, three chillers, chillers #1, #2 and #3, are located in B109, Chiller #9 is located in B104A. The Dietetics chiller is located in the tunnel drive and the OR backup chiller #1 is located on the roof of Building 100 at the Michael E DeBakey VA Medical Center MEDVAMC in Houston, Texas. A list of the chillers and the current known problems are as follows: Chiller #1 Building 104 Location: Bldg.104 - 1000-ton York YK water-cooled unit 4160-volt solid state starters Make: YORK Model: YKPQPK1-CYG Serial Number: SGBM-006390 Pole A of the motor assembly needs replaced. Drain inhibitor out of coolant loop. Remove and replace Pole Assembly Phase A. Put new inhibitor in loop and vent out all the air. Start-up Chiller and test operation. Chiller #7 Building 104 - Location: Bldg.104 - 1000-ton York YK water-cooled unit 4160-volt solid state starters Make: YORK Model: YKPQRK1-CYG Serial Number: SMXM-142550 Main Control Board is bad. Replace Main Control board inside MVSSS. Start up and test operation of communication between board and Micro board. Chiller #1 B109 - Location: Bldg. 109 - 450-ton York YK water-cooled units 480-volt VFD starters Make: YORK Model: YK CF Q7 CN F Serial Number: SHPM-928930. This has a bad VFD on the pump motor which will be replaced. The current VFD on the pump motor is an ABB Model # ACH550-BDR-072A-4+B055 Serial Number 2120201616. The contractor will fully recharge the unit and locate and repair all refrigerant and oil leaks within the unit. Contractor will provide all parts and labor necessary to repair the refrigerant and oil leaks on the unit. Chiller #2 B109 Location: Bldg. 109 450-ton York YK water-cooled units 480 v VFD starters Make: YORK Model: YKEPERQ7-CNG Serial Number: SFTM-990250. The contractor will fully recharge the unit and locate and repair all refrigerant and oil leaks within the unit. Contractor will provide all parts and labor necessary to repair the refrigerant and oil leaks on the unit. Chiller #3 B109 - Location: Bldg. 109 - 450-ton York YK water-cooled units 480-volt VFD starters Make: YORK Model: YKEPERQ7-CNG Serial Number: SKPM-975570. This chiller has a bad micro-board and display as well as a bad heat exchanger. Install new display kit and micro-board kit. Remove heat exchanger with inhibitor and all tubing etc. Install new heat exchanger with copper manifold, pump gaskets and pvc reservoir. Replace all pvc hoses and hose clamps. Install new inhibitor into loop. Start up and test operation of machine for any other issues. Chiller #9 B104A Location Bldg. 104A-1250-ton York YK water-cooled units (chillers 8-9) 4160 volt reduced voltage starters Make: YORK Model: HH HB J2 DC ES Serial Number: SALM-613850. Chiller is surging upon start-up. Chiller will need recharged to full capacity and checked for refrigerant leaks. Contractor will provide all parts and labor necessary to repair the refrigerant leaks on the unit. Dietetics Chiller Tunnel Drive - Location: Bldg. 100-30-ton Carrier 30GN0606 air-cooled unit 480-volt line starter 30-ton Dietetics chiller. Make: CARRIER Model: 30GN-060-601 KA Serial Number: 0998F27783. This chiller has both compressors that need replaced and a condenser leaking. This unit is to be replaced. The contractor will remove the existing unit and replace it with a 15-ton unit that is a General Air Products ACCPS 201 Air Cooled Packaged Chiller Unit or approved equivalent. The old chiller will become the property of the contractor. OR Chiller #1 - Location: Bldg. 100-(1) 140 ton OR chiller York YCA air-cooled scroll unit 460-volt line starter Make: York Model: YCAS0140EC46XGASDTXXBXXL Serial Number: RKMM006560. Main Control Board is bad. Replace Main Control board inside MVSSS. Start up and test operation of communication between board and Micro-board. 1.1.1 The above items are those that are known that are currently not operational with each chiller indicated. This contract will also include a $20,000 parts rider so any issues found after chiller start up that are not within the scope of this contract can be addressed. The contractor shall alert the Contracting Officer Representative of any Government requested changes to this order that will impact scope (schedule/cost). Prior to execution of any change to a product which impacts scope, the contractor shall seek approval from the Contracting Officer (CO) through the Contracting Officer Representative (COR). 1.2 Background: The chiller plants at the MEDVAMC are used to provide chilled water in a continuous closed loop system the condition the various buildings on the campus. There are three separate chiller plants at the site. One is located in Building 104 which consists of seven 7 1000-ton chillers, one is located in Building 104A which consists of two 2 1250-ton chillers and one is located in B109 which consists of three 3 450-ton chillers. The Dietetics chiller is a stand-alone chiller serving the main kitchen area in the basement of B100. The OR chillers are located on the roof of B100 and serve as back up chillers to the OR areas in case the main plant is lost. The chillers listed above are currently non-operational. 1.3 Scope of Services: The contractor shall: Contractor shall provide all parts, materials and equipment as listed in the INTRODUCTION paragraph above. The contractor shall complete and pass the Information Security background test prior to performing work at the Michael E. DeBakey VA Medical Center. Coordinate all work with the COR and the PM Shop supervisor. Smoking: Smoking is prohibited in the MEDVAMC except at designated smoking areas on the south side of Building 100. The Contractor shall confine all operations on Government premises to areas authorized or approved by the Contracting Officer or his/her representative. Workmen are subject to rules of Medical Center applicable to their conduct. Execute work so as to interfere as little as possible with normal functioning of Medical Center operations as a whole. The Chiller Plant area and all floors of B100 will be occupied during performance of work. The contractor must have five years experience in repairing large chillers and controllers used for chillers and must have a current valid State of Texas License to perform HVAC repairs. Contractor shall provide all labor, parts, materials, (as specified herein including $20,000 parts rider) equipment and supervisor necessary to repair the indicated chillers with minimal interruption. Contractor shall supply all labor, parts and materials as described above and a report describing what work was done on each chiller. The contractor shall conduct training for current VA maintenance staff to include but not limited to operator training, technical orientation, troubleshooting, fault localization, fault isolation, as well as parts removal and replacement procedures. The contractor shall provide a warranty with a minimum of one-year parts, labor and replacement on all repairs made. The contractor shall provide all necessary technical documentation for all the repairs made and anything associated with the equipment repairs required for continued maintenance. The contractor shall include security clearance information on installation and test personnel. All personnel who work on this contract must have a minimum three 3 years experience in working on the types of chillers described in this work statement. Contractor s Personnel shall not be considered government employees for any purpose. Personal services contract and contractor employees will not be under the direct control or supervision of the government. Changes made to the contract may only be accomplished by a bi-laterally executed modification, signed by a warranted Contracting Officer under the authority of FAR 52.212-4 (c), which is incorporated by reference. Government will delegate a Contracting Officer Representative (COR) after award, for administration to include monitoring the Contractor s performance of the technical requirements of the contract to assure that performance is strictly within the scope of the contract. The contractor shall submit a proposed quality assurance surveillance plan for the Government s consideration in development of the Government s plan. 1.4 Period of Performance: The period of performance for this work is 90 days from issuance of Notice to Proceed from the Contracting Officer. 1.5 Place of Performance: The contractor shall perform the work under this contract in the areas described above at the MEDVAMC located in Houston, Texas. 2. CONTRACT REQUIREMENTS: 2.1 Scope of Work - The contractor shall provide all labor, equipment, tools, supervision transportation, administration, parts and materials to repair seven 7 chillers and replace one 1 chiller at the Michael E. DeBakey VA Medical Center in Houston, Texas. The chillers are currently non-operable. It is highly recommended that all bidders make a site visit to the site prior to bidding the job. Two chillers, Chiller 1 and Chiller 7, are located in Building 104, three chillers, chillers 1, 2 and 3, are located in B109, Chiller # 9 is located in B104A, the Dietetics chiller is located in the tunnel drive and OR back up chiller # 1 is located on the roof of Building 100 at the Michael E DeBakey VA Medical Center MEDVAMC in Houston, Texas. 2.2 Performance Measures: The contractor will submit to the VA CO for approval a performance plan for all work covered under this contract. This plan will include a work schedule, the staff proposed for completing the work and each staff members experience in performing this type of work, the proposed testing plan for commissioning the equipment once the work is completed, and the proposed training plan for training VA staff on proper operation. 2.3 Status Reports: The contractor shall submit a status report for progress of the repair by Friday of every 2nd week from Notice to Proceed being issued. The report shall describe any difficulties or problems encountered, anticipated, or which previously existed that could alter the progression of work. The report shall include recommendations for resolution of problem areas. Any anticipated equipment or utility issues which could severely hamper the operation of the progress of the work must be reported to the PM Shop Supervisor immediately. 3. GOVERNMENT PERSONNEL OBSERVED HOLIDAYS: 3.1 The Government hereby provides notice and Contractor hereby acknowledges receipt that Government personnel observe the listed days as holidays: New Year's Day January 1 Martin Luther King's Birthday Third Monday in January President's Birthday Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas December 25 3.2 In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President s Proclamation 3.3 Security/ Background Investigation: Contractors are required to submit all personal information for a background investigation and receive a favorable adjudication, before MEDVAMC s Human Resources issues a badge. The COR will provide the awarded contractor with required forms and be point of contact for any questions. Contractor s employees shall not enter the MEDVAMC/site without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the MEDVAMC/site. 4. PERFORMANCE STANDARDS: 4.1 Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. 4.2 The Performance Parameter Chart below includes performance standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). Required Services Performance Standard (PS) Performance Threshold Surveillance Method Method of Assessment Contractor adheres to approved work schedule Contractor maintains work schedule As scheduled Observation and meetings Review each scheduled element on approved schedule is within appropriate time frames. Commissioning of system once repair is completed Contractor maintains commissioning schedule As scheduled Observation and meetings Review each commissioning element to ensure it is completed and properly functioning Staff Training completed 100% Training for staff completed and all training deliverables are approved by COR and received by COR. Inspection All training completed, and appropriate training materials delivered. Progress Reports are submitted within specified time frames 100% As specified herein Observation Review of each Progress Report submitted (End of Draft Statement of Work) Performance Location and Hours. Michael E. DeBakey VA Medical Center (MEDVAMC), 2002 Holcombe Blvd. Building #100; Houston, Texas 77030. Normal duty hours are from 0800-1630, Monday through Friday, excluding Federal Holidays. Contractor access shall be provided during this time period. The expected period of performance is for three months. If this is a service your business can provide, please respond to this Sources Sought Notice by 11:00am CT on March 14, 2019. Responses should include: (1) Business Name (2) Business Address (3) Point of Contact Name Phone Number E-mail Address (4) DUNS Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE DISABLED VETERAN OWNED, VETERAN OWNED, 8A, HUBZone, WOMAN-OWNED, etc. All businesses eligible to provide this service are encouraged to reply as this information may be used to determine potential set-asides for the above-noted service. Send responses to Shasta Britt via e-mail at shasta.britt@va.gov. This is NOT A REQUEST FOR QUOTE or an announcement of a solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25619Q0498/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston, TX
- Zip Code: 77030
- Country: USA
- Zip Code: 77030
- Record
- SN05242809-F 20190309/190307230020 (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 |