SOURCES SOUGHT
J -- Metasys BAS Maintenace and Programming Services
- Notice Date
- 8/13/2019
- Notice Type
- Synopsis
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Veterans Affairs;Network Contratcing Office 17;5441 Babcock Road Ste 302;San Antonio TX 78240
- ZIP Code
- 78240
- Solicitation Number
- 36C25719Q1322
- Response Due
- 8/19/2019
- Archive Date
- 9/18/2019
- Point of Contact
- EMAIL: ROSS.FUTCH@VA.GOV
- Small Business Set-Aside
- N/A
- Description
- Page 3 of 3 This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 541511 and size standard is $27.5M. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Project requirements: This requirement is for Johnson Controls (JCI) Building Management Systems (BMS) Metasys ® at the VAMC. Contractor vendors shall be certified to perform maintenance on the JCI Metasys ® system. Requirements The vendor shall be responsible for providing all supervision, personnel, supplies, safety gear, transportation, control programming and equipment necessary for the safe and complete performance of the contracted service. A follow-up on the Metasys System will be required at least once a month to ensure the system is up to industry standards. Any needed repairs must be coordinated with Contracting Officer Representative (COR) prior to extended period of work. All services will be provided at Olin E. Teague VA Medical Center at 1901 Veterans Memorial Drive, Temple, Texas 76504 and Doris Miller VA Medical Center, 4800 Memorial DR., Waco, TX 76711. Response time of Vendor for emergency service calls shall be four (4) hour after being officially notified. The vendor shall be familiar with all the terms, conditions, and requirements herein contained with VA specifications to meet or exceed government standards. All terms and conditions must be applicable to meet city, county, state, federal regulations codes and OSHA standards. Also, all services provided by the vendor shall be American made herein contain all manufactures warranty items and conditions. The Metasys System Services, maintenance & onsite support does not involve connectivity of a device/system to the VA computer network and does not involve sensitive VA data. Requirements: Olin E. Teague VA Medical Center, Temple TX: Factory Authorized Support A dedicated Johnson Controls Factory Authorized Service Technician will provide onsite Technical Support for the Temple VA Campus totaling 34 Hours each Week. The onsite Factory authorized service technician shall have a minimum of five (5) years experience & expertise in programming and maintaining the Metasys System including but not limited to all pneumatic and Proprietary N2 BAS devices currently operating at the Temple VA Campus. A minimum of 40 hours of onsite Metasys BAS Factory Authorized Training & Support for A5 Operators shall be provided under this contract. o Optional Formal offsite Metasys BAS Operator classroom training will be held at the JCI Austin Branch Office each quarter and made available for VA personnel to attend. Travel to training location not included. The JCI factory authorized service technician shall address and coordinate any BAS operating concerns and/or questions with the A5 Operations team as required to ensure standardization amongst BAS system operators. The factory authorized service technician shall be capable of providing expertise and knowledge to resolve conflicting opinions regarding BAS operating concerns. Metasys System Backups, Verification of IT Security System Compliance& Software Upgrades All Metasys BAS Server Software Upgrades including Major Releases, Revisions and patches are to be maintain current at the latest Metasys Revision throughout the duration of this contract. All software patches for IT System Compatibility and Compliance shall be provided throughout the duration of this contract. On a regularly scheduled basis, each month, Johnson Controls will make a backup copy of the Metasys BAS Systems actual working database, as accessible from the archive Operators Work Station, which can be used to restore the system, if needed due to hardware failure or operational needs. Calibration of All Sensors Calibration/Standardization of all analog/electronic devices on the Metasys BAS System annually. Metasys Supervisory & Field Controller Performance Verification, Reporting& Graphics Standardization A list of all BAS deficiencies shall be created, updated and maintained throughout this contract s duration. This list will be reviewed monthly with the COTR and vendor s Account Executive. Program Report: Provide all settings and programming/DDC report on each mechanical system for operational trending quarterly. BAS Graphics: Establish graphical pages on the Metasys Operators Work Station for all mechanical systems controlled by the Johnson Controls Metasys building automation system with full operational control through graphic page. Graphics standardization across all campus buildings shall be implemented under this contract. Reviewing operation system diagnostics (hardware and software) to ensure that the system is operating within industry standards for optimum performance of HVAC units. Repair Parts & Labor: Vendor shall furnish BAS Metasys parts and replace parts to meet uptime requirements. Vendor shall have ready access to unique and/or high mortality parts. All parts supplied shall be compatible with existing Metasys BAS equipment. vendor shall provide only new parts. If new parts are not available, refurbished or remanufactured parts shall be used only with approval of the COR. All parts supplied shall be compatible with the existing Metasys BAS equipment. Individual parts that require replacement shall be furnished by vendor not to exceed $12,000 cumulative yearly. Vendor shall provide all labor for repairs on the equipment at no additional cost to the VA. Inadequate or improper repairs performed by the vendor will be correctly repaired at a time convenient to the VA at no additional expense to the VA. Labor for repair of existing BAS devices shall be covered during this contract s duration. After Hour Emergency Repairs & Service: o Controls Service Technician labor for After Hour 24 X 7 Emergency Repair & Assistance shall be provided throughout the duration of this contract. o Telephone Assistance: Telephone assistance shall be provided 24 hours per day, 7 days per week. Additional PM Items: Vendor will perform bi-weekly checks consisting of the following preventative measures and provide reports with-in 3 days of completion. On a regularly scheduled basis, each month, Johnson Controls will make a backup copy of the Metasys BAS Systems actual working database, as accessible from the archive Operators Work Station, which can be used to restore the system, if needed due to hardware failure or operational needs. Vendor will provide an up to date list in spreadsheet form of devices that are located on the Temple TX facility. This list will include, but not limited to, Device Name, Location of device, software/firmware version, as well as number of spares on hand. List will be updated as needed. Scheduling of all other Preventative Maintenance inspections shall be coordinated between vendor, the COR & A5 Operations Team. Vendor shall assist A5 Operators with Preventative Maintenance inspections that will be performed in a manner which clearly demonstrates that the equipment meets or exceeds all manufacture s technical performing specifications. Cleaning of the BAS equipment. Replace analog/electronic devices as needed. Documentation will be required upon completion. A spreadsheet will be kept of all analog/electronic devices Calibration/Standardization dates ie: date installed, date of last Calibration/Standardization and date of next Calibration/Standardization due. Inspecting electrical and communication wiring for wear and fraying Metasys Service Item Examples: Metasys Operator Work Station Computer Display and Printers Metasys Field Controllers NAE BacNet Field Devices Proprietary N2 Field Devices TSI Isolation Room Controllers Field Gear including but not limited to: o Differential Pressure Switches o Electronic Duct Sensors o Electronic Room Sensors o Pneumatic-Electric Transducers o Electronic Current Sensing Relays o Electronic Damper Actuators o Electronic Valve Actuators o Temperature & Temperature Sensors o Flow Sensors Doris Miller VA Medical Center, Waco TX: Factory Authorized Support A Johnson Controls Factory Authorized Service Technician will provide scheduled onsite Technical Support 4-8 hours or as needed per week prior to the beginning of each weekend. The onsite Factory authorized service technician shall have a minimum of five (5) years experience & expertise in programming and maintaining the Metasys System. Metasys System Backups, Verification of IT Security System Compliance& Software Upgrades Metasys BAS Server Software Upgrades including Major Releases, Revisions and patches are to be current with the latest Metasys Revision throughout the duration of this contract. All software patches for IT System Compatibility and Compliance shall be provided throughout the duration of this contract. Metasys System Server Backups shall be performed on a scheduled basis. Energy Plant Optimization: 24 X 7 Central Plant BAS Optimization & Engineering Technical Support 24X7 Support and Efficiency Monitoring of the Central Plant shall be provided for the Johnson Central Plant BAS Optimization System currently in place at the Waco Campus. Programming, Commissioning and Repair Services of the Energy Center s Central Plant Optimization software and/or hardware shall be provided throughout this contract s duration. Real-time management, measurement, and verification shall be provided through system data converted into easy-to-understand graphs and charts directly integrating with the optimization dashboard to track energy use, manage HVAC system operations, find and correct system faults, and report on energy usage and greenhouse gas emissions. The Energy Center s Optimization System shall standardize and deploy HVAC management best practices across a portfolio, regardless of building type, equipment, or BAS vendor. Wear and tear on chiller room equipment motors, pumps compressors, and fans will be reduced through the Optimization s operating regimen ensuring balanced energy usage among all plant components. Access to real time performance data shall be provided allowing the VA to quickly see the results of the optimization investments and to retool and reset when necessary to reduce strain on facilities staff so they can focus on more strategic issues. Repair Parts & Labor: 24X7 Engineering Support & Efficiency Monitoring Services shall be provided on the Central Plant Optimization System. Emergency and After Hour Repair Labor and Materials shall be provided on the Energy Center s Central Plant Optimization System. Vendor shall furnish Central Plant Optimization Repair/Replacement materials not to exceed $25,000 cumulative yearly. Services and/or repairs at the Waco Campus to Non-Johnson Controls BAS components located throughout the Waco VA facilities or not related to the Energy Center s Plant Optimization System are not included under this contract. Waco VA JCI Service Item Examples: Energy Center s Central Plant Optimization System Metasys Operator Work Station Server Computer Metasys Supervisory & Field Controllers Johnson Controls Variable Frequency Drives Anticipated period of performance: 1 September 2019 through 31 August 2020 and 4 option years. Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide a product and related services; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, etc.,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to ross.futch@va.gov with the subject line Sources Sought Notice # 36C25719Q1322 by 5:00pm on Monday,19 August 2019. Any questions should be emailed to ross.futch@va.gov Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-AUG-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/VASTHCS/VASTHCS/36C25719Q1322/listing.html)
- Record
- SN05403011-F 20190815/190813230020 (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 |