Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
DOCUMENT

J -- Chiller Plant Maintenance - FY15 Albany VA Medical Center, Albany, NY - Attachment

Notice Date
11/7/2014
 
Notice Type
Attachment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Veterans Affairs;400 Fort Hill Ave.;Canandaigua NY 14424
 
ZIP Code
14424
 
Solicitation Number
VA52815Q0024
 
Response Due
11/14/2014
 
Archive Date
1/13/2015
 
Point of Contact
Sam A DeMuzio
 
E-Mail Address
93-7735<br
 
Small Business Set-Aside
N/A
 
Description
This is a "SOURCES SOUGHT" only. This is not a request for formal proposals or quotes. No formal solicitation document exists at this time. This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this solicitation will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. Any resulting contract action will be firm fixed-price procurement with one (1) Base Year and Two (2) possible Option Years. The NAICS Code is 238220, Plumbing, Heating and Air Conditioning Contractors, with a size standard of $14M. Place of Performance: Department of Veterans Affairs Stratton VA Medical Center, 113 Holland Avenue, Albany, NY 12208-3410. Purpose and Objectives: The intent of this Sources Sought Notice is to identify potential offerors capable of providing services to perform scheduled maintenance inspections at various times throughout the heating and cooling seasons, spread out throughout the year, at frequency intervals that meet manufacturer's recommendations and specifications. A copy of all documentation of maintenance performed will be provided to the VAMC Chiller Plant Personnel. Vender will provide all materials, parts, labor and tools to perform all phases of the preventive maintenance. Any Operational deficiencies or Repairs that are found to be needed on any of the below equipment will be brought to the COR's attention. The following equipment requires maintenance and inspections: Chillers: Chiller #1: Trane Model: CVHE080 Serial: L88M05488 Chiller #2: Trane Model: CVHE080 Serial: L88M05548 Chiller #3: Trane (including AFD) Model: CVHF910 Serial: L11A00136 OR Chiller #1: Carrier Model: 30XHA186 Serial: 1203Q02559 OR Chiller #2: Carrier Model: 30HXA186 Serial: 1203Q02560 OR Chiller: Carrier Air Cooled Condensers (Qty. 4 - C1,2,3,4) Model: 09AZV182FE-6 Animal Research Facility (ARF) Chiller: Trane Model: RTAA090 Serial: U06U07272 Variable Frequency Drives: CHWP-1 Trane 20 HP CWP-4 Trane 50 HP CHWP-2 Trane 20 HP CWP-5 Trane 50 HP HWP-7 Trane 60 HP HWP-8 Trane 60 HP HWP-11 ABB 60 HP DistP-9 Trane 60 HP DistP-10 Reliance Electric 60 HP Cooling Tower 1- Danfoss (qty. 2) Cooling Tower 2- Eaton (qty. 2) OR Pump 1 - Rockwell OR Pump 2 - Rockwell Refrigerant Monitors: Trane (Main Chiller Water Plant) Model: RMWG4C Serial: L13G03047 Trane (Main Chilled Water Plant) Model: RMWERP111 Serial: L10M06600 Sherlock (OR Chilled Water Plant) Model: 202 Steam, Hot Water and Condensate Systems and Equipment: Equipment ID: HX-3 & 4 1/3 Steam Supply Valves - Belimo (Qty. 2) HX-3 & 4 2/3 Steam Supply Valves - Belimo (Qty. 2) HX 1& 2 Steam Supply Valves - Belimo (Qty. 2) Trane Tracer Summit Controllers and End Devices Equipment:Location:Qty. Building Control UnitChiller Plant1 PC WorkstationChiller Plant/Boiler Rm5 Tracer Software License5 Chilled Water 1 Trane MP580 Controller Trane Expansion Modules (qty. 2) Sensors: Dist CHW Supply Temp Dist CHW ReturnTemp CHW P-1 VFD status CHW P-1 VFD Fault CW P-4 VFD status CW P-4 VFD Fault CHW P-9 VFD status CHW P-10 VFD status CHW Plant Diff Pressure CW Temp Enter Chiller 1 CW Temp Leave Chiller 1 Twr 1 VFD Status Twr 1 VFD Fault CHW System Bypass temp Prod. CHW Return Temp Refrigerant Concentration Refrigerant Alarm Refrigerant Monitor Status Output Devices: CHW Pump-1 S/S CHW Pump-1 VFD Speed CHW Pump-3 S/S (single speed pump) CW Pump-4 S/S CW Pump-4 VFD Speed CW Pump-6 S/S (single speed pump) Dist CHW Pump-9 S/S Dist CHW Pump-9 VFD Speed Dist CHW Pump-10 S/S Dist CHW Pump-10 VFD Speed Cooling Tower-1 S/S Cooling Tower-1 VFD Speed Chilled Water 2 Trane MP580 Controller Trane Expansion Module (1) Sensors CHW P-2 VFD Status CHW P-2 VFD Fault CW P-5 VFD Status CHW P-5 VFD Fault Twr-2 VFD Status Twr-2 VFD Fault CHW P-3 Status (no VFD) CW P-6 Status (no VFD) Dist CHWR Flow FLT-1 (DP sensor used for flow calculation) Chiller 2 CHW Flow FLT-2 (DP sensor used for flow calculation) Chiller 1 CW Flow FLT-3 (DP sensor used for flow calculation) Chiller 2 CHW Flow FLT-4 (DP sensor used for flow calculation) Chiller 2 CW Flow FLT-5 (DP sensor used for flow calculation) CW Temp Leaving Ch2 Ouput Devices CHW P-2 VFD S/S CHW P-2 VFD Speed CHW P-3 S/S (single speed pump) CW P-5 VFD S/S CW P-5 VFD Speed CW P-6 S/S (single speed pump) Twr-2 VFD S/S Twr-2 VFD Speed Chiller 3 Trane MP580 Controller Trane Expansion Modules (2) Sensors CHW Pump-12 Status CHW Pump-13 Status CW Pump-14 Status CW Pump-15 Status SideStream Filter Status Chemical Feed Status Tower Sump Temp Tower-3 VFD-1 Fault Tower-3 VFD-1 Status Tower-3 VFD-2 Fault Tower-3 VFD-2 Status Exhaust Fan13 Status Exhaust Fan14 Status Exhaust Fan15 Status Refrig Monitor Alarm Refrig Concentration Output Devices CHW Pump-12 S/S CHW Pump-13 S/S CW Pump-14 S/S CW Pump-15 S/S Side Stream Filter S/S Tower-3 VFD-1 S/S Tower-3 VFD-1 Speed Tower-3 VFD-2 S/S Tower-3 VFD-2 Speed Exhaust Fan 13 S\S Exhaust Fan 14 S\S Exhaust Fan 15 S\S OA Damper Enable Tower Bypass Valve Heat Exchanger Trane MP580 Controller Trane Expansion Modules (2) Sensors HX-1 Hot Wtr Supply Temp HX-1 Isolaton Vlv Status HX-2 Hot Wtr Supply Temp HX-2 Isolaton Vlv Status HX-3 Hot Wtr Supply Temp HX-3 Hot Wtr Return Temp HX-3 Isolaton Vlv Status HX-4 Hot Wtr Supply Temp HX-4 Hot Wtr Return Temp HX-4 Isolaton Vlv Status Outside Temperature Outside Air Humidity Summer Winter lead input Sump Alarm Low Air Alarm High Air Alarm Main Hot Wtr Supply Temp P-7 VFD Run Status P-8 VFD Run Status P-11 VFD Run Status HW Diff Pressure Plant Output Devices HX-1 Isolaton Vlv Comand HX-1 Steam Vlv Command HX-2 Isolaton Vlv Comand HX-2 Steam Vlv Command HX-3 Isolaton Vlv Comand HX-3 1/3 Stm Vlv Command HX-3 2/3 Stm Vlv Command HX-4 Isolaton Vlv Comand HX-4 1/3 Stm Vlv Command HX-4 2/3 Stm Vlv Command P-7 VFD Start/Stop P-7 VFD Speed P-8 VFD Start/Stop P-8 VFD Speed P-11 VFD Start/Stop P-11 VFD Speed Onicron Water Meter - For Main Distribution, CHW Only Onicron BTU Meter Ethernet and Fiber optic communication equipment for Summit system is located in the chiller plant office. OR Chillers Trane MP580 Controller Trane Expansion Modules (2) Sensors OR Chill Water DP CHW P-1 Fault CHW P-1 Status CHW P-2 Fault CHW P-2 Status Mech RM Space Temp Refrigerant Alarm EF-1 Status Chiller 1 Amps Chiller 1 Leaving Temp Chiller 1 Entering Temp Chiller 1 Evap DP Chiller 1 Alarm Chiller 2 Amps Chiller 2 Leaving Temp Chiller 2 Entering Temp Chiller 2 Evap DP Chiller 2 Alarm Output Devices CHW P-1 S/S CHW P-1 Speed CHW P-2 S/S CHW P-2 Speed Bypass Valve Ventilation Damper EF-1 S/S Chiller 1 Enable Chiller 1 Iso Vlv Open Chiller 1 Iso Vlv Close Chiller 2 Enable Chiller 2 Iso Vlv Open Chiller 2 Iso Vlv Close Boiler Make Up Air Unit Trane MP580 Controller Sensors Boiler 1 Status Boiler 2 Status Boiler 3 Status Outside Air Temperature Discharge Air Sensor Boiler Plant Space Temp Supply Fan Status Low Limit Temp Output Devices Supply Fan S/S Damper Command Supply Fan VFD Speed Heat Coil Valve Ethernet and Fiber optic communication equipment for Summit system is located behind main control panel of the boiler office. Jene bridge to the new Summer Boiler. Communication bridge from the main three boilers to Summit Potential vendor qualifications required are as follows: A. CHILL PLANT AUTOMATION SYSTEM EXPERIENCE: The contractor shall demonstrate a minimum of ten (10) years' experience in the commercial building chill plant automation maintenance business by attaching copies of relevant information such as state and local licenses and/or certificates (if applicable) B. TECHNICAL PERSONNEL REQUIREMENTS: The contractor shall employ a minimum of eight (8) full time, competent HVAC and automation system servicepersons on staff, whose office in which they operate from is within (30) miles of the job site and who have been within their employment for a minimum of three (3) years. The contractor will identify the complete technical team anticipated to be utilized by the contractor to provide the services require by this agreement. The contractor will provide personnel resume and/or other information that will satisfactory prove they are qualified to perform the required services. The servicepersons assigned to maintain the owner's Trane Chill Plant Automation systems will be OEM manufacturer factory-trained and certified. The contractor will demonstrate that at least ten (10) of their servicepersons have successfully completed factory training in Trane Tracer Summit Chill Plant Automation System maintenance and application support. The contractor will provide copies of training certificates to prove successful completion of such. For each technician, as a minimum, the following information is to be supplied as part of the bid response: "TECHNICIAN NAME "YEARS EMPLOYED BY CONTRACTOR "SYSTEM SPECIFIC TRAINING AND CERTIFICATION (description, date completed, source of training) "SYSTEM SPECIFIC EXPERIENCE Experience and qualification information for other technical and/or support personnel required by the contractor to perform services under this agreement will be provided to the owner when requested. The owner reserves the right to direct the contractor to remove any of their personnel from providing service under this agreement and require a qualified substitute is provided. C.ENGINEERING DESIGN SUPPORT: The contractor is required to maintain an engineering department staffed with full time professionals in the fields of Chill Plant design /distribution, Chill Plant load analysis and equipment capacity. Staffing should include at least two professional engineers (PE). The names of the PE's are to be submitted along with the technical personnel qualification information. D. LICENSING: The contractor shall be fully licensed at the time of bid to do business at the job site and to provide complete service. The contractors' employees shall hold current individual licenses, as applicable, for services they will be performing for this agreement. E. TRANE CPAS SERVICE EXPERIENCE: The contractor will provide a list of six (6) local client references to which the contractor has provided maintenance and/or support services on Trane Tracer Automation Systems and Tracer Communications Bridge Integration Systems (Version 17 or greater) with the bid response. The references will be for contracts where the value exceeds $10,000 per year and has been under contract to the client for a period of not less than two (2) years. The contractor must also prove their capability of providing software maintenance and support services on the Trane CPAS specific to the owner. Failure to have the ability to upgrade or have access to current software versions will result in rejection of the contractor's proposal. All of the provided local client references shall utilize similar Trane Chill Plant Automation Systems (Version 17). The contractor will also be under contract (active) to these local clients for these maintenance and/or support service agreements. F. PREVENTATIVE MAINTENANCE EXPERIENCE: The contractor will provide a list of ten (10) client references to which the contractor has provided not less than two (2) years of computerized preventative maintenance services covering total chill plant mechanical systems, with the bid response. The bidder will also be required to submit information and examples of the proposed PM program with the bid document response to demonstrate compliance to this requirement. This information, at a minimum, should contain an example of an annual preventive maintenance schedule, arranged by building, system, task, task frequency and monthly occurrence as applicable. G.REQUIRED REFERENCE INFORMATION: For each reference required, as a minimum, the following information is to be supplied as part of the bid response: "CLIENT NAME "YEARS UNDER CONTRACT WITH CLIENT (state if contract is active) "ANNUAL CONTRACT VALUE "DESCRIPTION OF SYSTEM MAINTAINED "DESCRIPTION OF SERVICES PROVIDED "CONTACT NAME WITH TITLE AND TELEPHONE # H.QUALIFICATION COMPLIANCE: The contractor shall indicate its complete and total compliance with the above Contractor Qualifications by a letter signed by a corporate officer of the firm, with complete listing of exceptions, if any. Response: Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. Responses should include the following information: Business name, address, DUNS number, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. Interested parties must furnish supporting evidence in sufficient detail to demonstrate the ability to provide the requirements shown above including past performance experience. 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 not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from this response. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Information received as a result of this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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. Inquiries will only be accepted in writing via email to sam.demuzio@va.gov on or before November 21, 2014 by 10:00 am EST. Determination by the Government not to compete this proposed contract action based on responses to this notice is solely within of the discretion Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CaVAMC532/CaVAMC532/VA52815Q0024/listing.html)
 
Document(s)
Attachment
 
File Name: VA528-15-Q-0024 VA528-15-Q-0024.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1718365&FileName=VA528-15-Q-0024-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1718365&FileName=VA528-15-Q-0024-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03569493-W 20141109/141107234201-fe300eca331c316ff3fc6dc6267f8581 (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 |
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.