Energy Management System Maintenance at Montgomery/Tuskegee Campuses
OBJECTIVE:
The objective of this document is to identify potential venders who can provide the maintenance of the Management System at the Montgomery and Tuskegee Campuses for Central Alabama Veterans Health Care System (CAVHCS).
The tasks preformed under this scope of work shall not require access to a VA system or VA sensitive information (e.g., system administrator privileged access to a VA system, or contractor systems or processes that utilize VA sensitive information).
CONTRACTOR RESPONSIBILTY:
The Contractor shall provide all labor, material, supplies, equipment and supervision necessary for execution of this contract. Contractor shall be responsible for the following:
MONTGOMERY CAMPUS
The services of one (1) fully trained Metasys technician for
132 hours per month, with weekly visits deemed appropriate by the west campus
Contracting officer's technical representative (c.o.t.r.), to successfully complete preventive
maintenance tasking to a level deemed satisfactory. Preventive maintenance shall
include telephone consulting services, system operating assistance via web, sequence
verification and network analysis.
Metasys annunciation services:
Service shall include Metasys annunciation services for a total of ten (10) remote annunciation devices and yearly extended archicture Metasys software upgrades.
ISP web based services service shall include ISP web based services for eight (8) VAMC facilities, Montgomery, Tuskegee, Monroeville Fort Rucker, Maxwell, Columbus, Dothan, and Chantilly HCC. Services for monitoring of pharmacy refrigeration equipment.
EAST CAMPUS
Provide services of fully trained mechanics and fully trained technicians to perform services listed below. Furnish all labor, material and equipment to provide preventive maintenance services on Johnson Controls Metasys facility management system and associated equipment located at the Central Alabama Veterans Health Care System, East Campus.
Program will provide 3 operational inspections and 1 annual inspection during the 12- month period. Please see equipment list and description of scope below for mechanical equipment in building 120, 97 and Johnson Controls, Inc. Metasys controls in building 68, 97, 93, 15, 3a. services also includes operator workstation Metasys extended architecture software upgrades.
**PM materials for this project include, filters, belts, oil and other miscellaneous lubricants.
Building 120 mechanical equipment included in this project:
Chill water pumps
5 air handling units and (2) heat pumps systems
9 exhaust fans
11 - unit heaters
108 fan coil units
I - 5hp duplex air compressor
Variable frequency drives
Building 68 equipment and controls included In this project:
5hp duplex air compressor
Johnson controls, Inc. Metasys DDC controls
Building 97 mechanical equipment included in this project:
3- Marley cooling towers
3- Chill water and 3 condenser water pumps
Metasys DDC controls
Not included in this contract:
Repair labor, repair parts or refrigerant
Inspections include:
a. Air handlers, fan coils and split systems:
Annual inspection: clean coils, change filters,
Lubricate bearings, and inspect belts and
Replace if needed. Provide complete electrical
And mechanical inspections including complete
DDC and pneumatic control inspection. Report
any problems.
Operational: change filters, lube bearings
And perform electrical and mechanical inspections.
Control air compressor:
Annual inspection: Change oil; inspect belts
and replace as needed. Inspect drier, water separator and
check all electrical and mechanical components.
2. Operational: change oil (semi-annual), inspect
Belts and perform complete electrical and
Mechanical inspections.
Pumps:
Annual inspection: lubricate bearings, check for proper alignment and check
coupling for wear. Check electrical connections and record amp reading.
Operational: lubricate bearings and perform electrical inspections.
Cooling towers:
One operational and one comprehensive inspection to include cleaning hot water and cold water basins, tower fill, checking mechanical linkages, lube motors and change oil in gearboxes. Electrical inspections also included. Any problems will be reported to East
Campus personnel.
Unit heaters and exhaust fans:
Inspect belts and replace as needed. Lubricate bearings and provide complete electrical inspection for each unit. Service logs included for inspections.
Unit heaters: Annual Inspection only.
Operational: inspect belts, lubrication and electrical inspections.
5. Contractor will provide mechanical resource (132) hours each month to assist East
Campus HVAC personnel with preventive maintenance and campus troubleshooting duties.
6. JCI Metasys / HVAC training
a. provide a total of four (4) Johnson Controls factory upgrading courses in the area of HVAC controls, Johnson Controls facility management system software/hardware, and HVAC systems. Courses shall be held in Johnson Controls Orlando center or a closer Johnson Controls center. Cost for upgrade course, lodging and per diem for six days shall be included for each of the four (4) courses.
(2) for west campus
(2) for east campus
7. EAST AND WEST CAMPUS CERTIFIED AIR CHANGE TESTING.
Certified Air Testing Includes: (Montgomery)
5 Exhaust Fan Systems
Air exchange reports for 4 OR s and 1 Recovery room.
Lab & Morgue air flow testing
Sterile Storage air flow testing
Additional Certified Air Testing Includes: (Montgomery)
Air exchange reports for 14 rooms.
Exhaust Fan system for the above
Supply AHU for the above
Certified Air Testing Includes: (Tuskegee)
Air exchange reports for the decontamination,
prep, wash, sterilization and sterile storage rooms.
8. Unscheduled maintenance service and repair, normal duty hours for the metasys energy management system (ems); 8:00 a.m. to 4:30 p.m., Monday through Friday. A three (3) hour response time is required for emergency maintenance service and repair.
9. Unscheduled maintenance service and repair other than normal duty hours; nights, weekends and holidays for the Metasys Energy Management system (ems). A three (3) hour response time is required for emergency maintenance service and repair.
10. Unscheduled maintenance service and repair normal during duty hours for the fire and security systems; 8:00 a.m. to 4:30 p.m., Monday through Friday. A three (3) hour response time is required for emergency maintenance service and repair.
11. Unscheduled maintenance service and repair other than normal duty hours; nights, weekends and holidays for the fire and security systems. A three (3) hour response time is required for emergency maintenance service and repair.
12. Unscheduled maintenance service and repair, normal duty hours for mechanical services; 8:00 a.m. to 4:30 p.m., Monday through Friday. A three (3) hour response time is required for emergency maintenance service and repair.
.
HOURS OF WORK:
The hours of work shall take place during the normal business hours of 8:00 AM and 4:30 PM, Monday through Friday, Federal Holidays excluded. Request for weekend work must be submitted in writing. Inspections will require a prior five day notification submitted to the Contract Officers Technical Representative (COTR) or government representative.
WARRANTY:
Contractor shall warrant that the equipment shall be free of defects in materials and workmanship arising from normal usage for a period of one year.
In response to this announcement. If you are interested and capable of providing the required services, please complete the information below:
Company Name:
Address:
Contact Name:
Phone No:
Email:
DUNS:
Business size information
Select all that applies:
Small Business
Emerging Small Business
Small Disadvantaged Business
Certified under Section 8(a) of the Small Business Act
HubZone
Woman Owned
Certified and Verified Service-Disabled Veteran Owned Small Business (SDVOSB)
Certified and Verified Veteran Owned Small Business (VOSB)
Large Business
Other: ____________
SDVOSB/VOSB must be registered in VIP (https:// www.vetbiz.gov)
Contractor must be registered with www.sam.gov
GSA Information:
FSS/ GSA Contract Holder
Yes No
FSS/ GSA Contract Number
Effective Date / Expiration Date
Will you be subcontracting any percentage of the work to another contractor to performed? (FAR 52.219-14 Limitation on Subcontracting applies over Simplified Acquisition Threshold.)
Have you performed for other VA facilities?
Other potential questions Provide references.
This notice is neither a request for competitive proposal or solicitation of offerors. This notice is to assist the VA in determining sources only and a solicitation is currently not available. Information received because of this notice shall only be considered solely for the purpose of determining whether to conduct a competitive procurement and the type of set-aside if appropriate. This notice does not represent a commitment by the Government to pay for costs incurred in the preparation and submission of information or any other costs incurred as a response to this announcement.
Responses to this notice shall be submitted via email to:
[email protected] or
[email protected]_ Telephone responses shall not be accepted. Responses must be received no later than February 21, 2020_ by _0900__ a.m. EST. This form may be used to make it easier for the contractor to respond to this source sought request. However, any format may be used if the required information is provided.
If a solicitation is issued it shall be announced later and all interested parties must respond to that solicitation announcement separately from this response. Responses to this source sought notice is not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
POC
Primary
Marc Newbern
[email protected]
Alternate
Benford Brundage
[email protected]
Bid Protests Not Available