J063--HVAC Building Automation System Maintenance and Operational Support for Kansas City VA Medical Center

Agency:
State: Federal
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159891842328100
Posted Date: Feb 8, 2024
Due Date: Feb 15, 2024
Source: Members Only
Follow
J063--HVAC Building Automation System Maintenance and Operational Support for Kansas City VA Medical Center
Active
Contract Opportunity
Notice ID
36C25524Q0163
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
255-NETWORK CONTRACT OFFICE 15 (36C255)
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 08, 2024 01:04 pm CST
  • Original Response Date: Feb 15, 2024 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J063 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
Description


The Department of Veterans Affairs, Network Contracting Office 15 intends to award a sole source
contract under the authority of the Multiple Award Schedule Program at FAR 8.401, to C&C Sales,
10012 Darnell St, Lenexa, KS 66215.

Contractor shall provide preventative maintenance, training, repair, consulting and operational support of
the Heating, Ventilation and Air conditioning (HVAC) Building Automation System at the Kansas City
Veterans Affairs Medical Center (KC VAMC).

The KC VAMC currently maintains and operates an HVAC Building Automation System comprised of the following Schneider Electric Buildings Business Products: I/A Series & Niagara Platform (formally
Invensys), Network 8000 (formally Siebe/Barber Coleman), and DMS/Micro-Smart (formally Robertshaw).

The contractor shall successfully accomplish the following overall performance objectives:

Provide qualified personnel to facilitate and maximize operations of the Building Automation System.
Provide both on-site and web-based troubleshooting.
Conduct factory recommended preventative maintenance.
Establish and present system training to the VA staff.
Provide factory recommended software updates and system back-ups.

The Building Automation System is located at the KC VAMC in Buildings 1, 2, 3, 4, 6, 15, 26, 33, 40, 56, and 58. Contractor shall provide preventative maintenance, training, repair, updates, software, database backups, consulting and operational support of the entire Building Automation System as outlined in the PWS

Server computers
AS (Automation Servers)
188 Microzone Controllers
179 MN 800 Controllers
513 Variable Air Volume (VAV) boxes with controllers and valves.
73 Air Handlers with the following on each:
Chill water valves
Steam/hot water valves
Temperature sensors,
Damper actuators,
Freeze thermostat,
Frequency drives.
Humidity valves.
Air flow switches
Circulating water pumps (hot and chill water)
Differential pressure switches
Commercial Power monitoring sensors on Incoming power
Automatic Transfer Switches on Backup Generators
Temperature sensors on Lab freezers
Temperature Sensors on Lab refrigerators
40 hours of Emergency Service is included and will be listed as a separate line item on contractor s proposal. Any hours over and above, will be billed at the contractor s labor rate. Contractor to provide their labor rate, to include any premium hour and overtime rates, in their proposal.

Contractor shall evaluate, calibrate, repair, or perform other work to necessary to maintain or restore the listed equipment to operating specifications according to the manufacturer s recommendations. Upon arrival, technician will review the list of government provided trouble calls that have occurred since the last visit, analyze system data, and establish a work-plan for the day based on the priorities at hand. The contractor shall consult with the COR or designated representative and present the work-plan for government approval of recommended priorities. The work-plan will also include (as timing allows) Preventative Maintenance, sensor calibration, replacement of defective parts (parts provided and purchased by the Kansas City VAMC), PID loop tuning, Programming modifications, Graphics modification and development, and all alarming modifications.

Special air rooms, and especially ICU negative air rooms, will generally receive priority during the daily work-plan. These rooms will be monitored, and air exchange data recorded 24/7/365. The rooms will warn clinical and FCS personnel when air exchange data does not meet specifications. Contractor will provide thorough documentation of additional control modifications needed for such data recording. In addition, service time will be used to test/calibrate chilled water sensors and CFM sensors as well as test/calibrate temperature sensors on all AHU and test freeze stat.
All contracting personnel must report to the FMS Office to sign in before and after work on the premises. The Contractor shall provide written documentation of all work performed and notify the facilities program prior to the starting or stopping of any VA equipment in order to prevent any adverse effects on patient care or the mission of this facility.

Contractor shall provide all firmware updates and software patches and install as they become available. These updates will be installed during PM visits when necessary. Contractor shall provide a system back up of systems data base files to ensure that a hard drive malfunction does not create a catastrophic loss of data and reinstall data if necessary. Contractor shall provide, update and maintain existing firewall maintenance, domain name and secure certificate renewal for emailing alarm notifications, and support and license for the Sonicwall.

The place of performance is for the Kansas City VAMC located at 4801 Linwood BLVD, Kansas City,
MO 64128. The NAICS code is 561210 with a size standard of $47.0M. This action will result in a
Firm-Fixed Price contract with a period of performance of a Base year plus three option years.

This notice of intent is not a request for quotations; interested parties may express their interest by providing a capabilities statement NLT February 15, 2024, at 10:00 AM CT. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required services. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered.

When responding to this announcement, respondents should refer to Announcement, Notice of Intent. If after February 15, 2024, no viable responses have been received in response to this announcement, the Department of Veterans Affairs shall negotiate solely with C&C Sales, Inc.

This notice of intent to award a sole source contract is not a request for competitive quotes. There will be no solicitation available for competitive quotes. Phone calls will not be accepted. The point of contact for this action is Contract Specialist Leslie Ross, who can be reached at Leslie.ross2@va.gov. The Network Contracting Office 15 address is: VA Heartland Network 15, Network Business Office, Contracting Office, 3450 South. 4th Street, Leavenworth, KS 66048.
Attachments/Links
Contact Information
Contracting Office Address
  • VA MEDICAL CENTER 4101 SOUTH 4TH STREET
  • LEAVENWORTH , KS 66048
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 08, 2024 01:04 pm CSTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >