Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 07, 2024 SAM #8258
SOLICITATION NOTICE

J -- Intent to Sole Source - Building Automation System Upgrade Indianapolis VAMC

Notice Date
7/5/2024 11:37:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024Q0791
 
Response Due
7/12/2024 9:00:00 AM
 
Archive Date
07/27/2024
 
Point of Contact
Barbara Robertson, Contracting Specialist, Phone: (513)861-3100
 
E-Mail Address
Barbara.Robertson@va.gov
(Barbara.Robertson@va.gov)
 
Awardee
null
 
Description
STATEMENT OF WORK Upgrade Building Automation System Statement of Need: The Richard L. Roudebush Veterans Affairs Medical Center (VAMC) has experienced reliability issues with its Building Automation System (BAS) due to out-of-date hardware and software. For example, many of the hardware devices on our current BAS are obsolete, and any possible replacement option in the event of an equipment failure would be incompatible with the software on our current server. The BAS is used to monitor and control HVACR mechanical equipment in the facility that is critical to patient safety and facility operations. The Richard L. Roudebush VAMC proposes to upgrade the out-of-date equipment to improve reliability and compatibility of its BAS. Statement of Work: Contractor shall be responsible for upgrading the hardware and software of 5 supervisory Jace Controllers on the existing BAS. This includes migration of existing databases into the supervisory Jace controllers and providing a one-year software maintenance agreement. In addition, contractor shall upgrade the hardware and software of the existing BAS Server and migrate the existing database and graphics to the new software platform. All work will be performed on the VA standalone engineering network at the Richard L. Roudebush VAMC, located at 1481 W 10th Street Indianapolis IN 46202. CONFORMANCE STANDARDS: All services provided under this contract shall be performed in conformance with the Occupational Safety and Health Administration (OSHA). SERVICE HOURS: Services may be required after hours, on weekends, and holidays. In addition, contractor personnel shall work around patient and staff schedules. Contractor shall have staff available to work during any required time periods. SERVICES REQUIRED: Item #1 The contractor shall furnish all necessary labor, materials, supplies and equipment to replace two existing Jace 2000 Devices with two Jace 9000 Devices. Migrate existing databases to new supervisory Jace controllers. Provide a one-year software maintenance agreement. Item #2: The contractor shall furnish all necessary labor, materials, supplies and equipment to replace three existing Jace 3000 Devices with three Jace 9000 Devices. Migrate existing databases to new supervisory Jace controllers. Provide a one-year software maintenance agreement. Item #3: The contractor shall furnish all necessary labor, material, supplies and equipment to upgrade the hardware and software of the existing Building Automation System server, provide a one-year software maintenance agreement and migrate existing database and graphics to new software platform. CONTRACTOR REQUIREMENTS: Contractor shall perform work in a professional manner and to the highest standards. Contractor shall check in with VAMC at time of arrival and checkout as defined in service hours. Contractor shall be required to follow all Infection Control Risk Assessment (ICRA) requirements set forth by the infection control staff. Contractor shall remove all trash and debris at the completion of job. The work area is to be always kept clean. Contractor shall be required to complete a VAMC Indianapolis Service Ticket when the work is completed. PERIOD OF PERFORMANCE: The prime contractor/subcontractor(s) shall complete all specified contract work within 60 calendar days from the Notice to Proceed (NTP). SECURITY REQUIREMENTS: The Contractor's employees shall wear visible identification and company uniforms approved by the COR at all times while on the premises of the VAMC. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section or from the COR. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. The Certification and Accreditation (C&A) requirements do not apply, and a Security Accreditation Package is not required. Contractor/Subcontractor List: Contractor shall provide a list of all sub-contractors that will be working on the construction site.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a007518bd1ca4654a325ae0ff979d94a/view)
 
Place of Performance
Address: Department Of Veterans Affairs RLR VAMC 1481 West 10th Street, Indianapolis, IN 46202-2803, USA
Zip Code: 46202-2803
Country: USA
 
Record
SN07118538-F 20240707/240705230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.