Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2002 FBO #0132
SOURCES SOUGHT

C -- REPLACE HVAC CONTROLS

Notice Date
4/11/2002
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Contracting Officer, (90C), 800 Irving Avenue, Syracuse, New York 13210-2799
 
ZIP Code
13210-2799
 
Solicitation Number
670-23-02
 
Response Due
5/10/2002
 
Point of Contact
Point of Contact - Frances M. Leip, Contracting Officer, (315) 476-7461 ext. 3637, Contracting Officer - Frances M. Leip, Contracting Officer, (315) 476-7461 ext. 3637
 
E-Mail Address
Email your questions to Frances M. Leip
(frances.leip@med.va.gov)
 
Description
VA intends to award an Architect/Engineer contract for consultation, investigative services, development of future construction procurement options and strategies, preparation of working drawings and specifications as required, cost estimating, submittal review and other construction period services as necessary for Project Number 528A7-02-755, Replace HVAC Controls at the VA Medical Center, Syracuse, NY. The purpose of the project is to systematically phase in replacement of all existing, obsolete Johnson Controls (JC) equipment with new, state of the art HVAC controls. The Medical Center has 44 air handlers, approximately 1200 rooms heated or cooled via radiant ceiling panels and fed with hot or chilled water controlled by sets of 3-way valves and a chiller plant. The system interfaces with the fire alarm system through individual control panels. There are five (5) 2-wire control communication trunk cables. Each trunk feeds one of the five mechanical shafts serving the building. During the project, all areas of the Medical Center must be completely HVAC controlled at all times. Our plan is to design the entire HVAC control replacement and phase in construction (material purchase, installation and programming) over several years as funding allows. The Engineer shall be knowledgeable in state of the art HVAC controllers and make recommendations with cost estimates for options to be considered as well as for a final design. Consideration will be given to the possible use and upgrade of the existing JC Metasys system. The Engineer will balance this against the possibility of complete replacement with similar devices from other manufacturers. One option under consideration is to purchase items off GSA contract and to then contract separately for installation and programming. In both scenarios, the Engineer will design the entire project in fine detail. This will include describing the overall plan, creating a detailed listing of each item (including quantity and price) from the GSA contract, totaled by trunk (phase.) The design will include a detailed description of parts to be provided by the VA and by a contractor to set up the network and convert all the devices on each trunk. Other options can be proposed by the Engineer during the consultation and investigative phase of the contract. Existing Johnson Controls DSC and FPU controllers are over 16 years old. They are failing at increased frequency. Replacement parts are difficult to locate and are very expensive. It is also difficult to locate repair contractors who have technicians trained in this obsolete technology. This technology relied on a host computer (JC DSC 6500) supervising several site or utility specific slave microprocessors. The slave microprocessors would in turn monitor individual rooms, hallways, and support utilities within the facility. This technology has been surpassed by microcomputers. As areas of the Medical Center are renovated, DSCs have been replaced with JC Metasys controllers. It is anticipated the first construction phase will be to set up (install and program) a new network management system in the Engineering Control Center (ECC) to replace the existing JC85/40 workstation. It would be our preference to replace the JC85/40 in its entirety with the new system. Operation of dual systems (old and new) until completion of the final construction phase will be required. The construction phase will also include the installation of all field devices on the appropriate trunk. Also included will be 40 hours of technical training on operation and maintenance of the new system. Subsequent phases will include the installation and programming of all field devices on the remaining trunks. Installation will include labeling each device and providing detailed ?as?built drawings of the entire final system. Drawings will be CADD generated or readable with Auto Cad 14. Specifications shall be compiled from VA master specifications that are available on the internet. Accomplishment of this scope of work must be performed or approved by a registered or licensed architect or engineer as applicable to the nature of the work. Selection of the Engineering Firm will be based on specialized experience, capability of the firm to perform, professional qualifications of the staff to be assigned to the project, past performance for VA work and/or similar hospital or other projects, and the record of past performance including a comparison between their estimates and actual project awards. The area of consideration is restricted to firms within a 165 mile radius of the Medical Center. Appropriate data for this project must be submitted on Standard Forms 254 and 255 no later than May 10, 2002. Submission should emphasize experience on similar projects with specific emphasis on familiarity with Johnson Controls systems as currently installed at the Syracuse VAMC and the compatibility of this existing system with a new system in a phased replacement approach. Please provide FIVE copies of any specially bound or color printed material accompanying the Standard Forms. This is not a request for proposals. NAICS 541330 applies. The corresponding size standard is average annual receipts of $4.0M or less. In accordance with FAR 19.10 and the Small Business Competitiveness Demonstration Program, the procurement of the Architect/Engineer contract is a Total Small-Emerging Business Set Aside, making the size standard for this procurement average annual receipts of $2.0M or less. Total construction cost estimate is between $500,000 and $1,000,000.
 
Web Link
RFI 670-23-02
(http://www.bos.oamm.va.gov/solicitation?number=670-23-02)
 
Record
SN00057089-W 20020413/020411213309 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.