Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2019 FBO #6383
MODIFICATION

J -- preventative maintenance, trainingHVAC MAINT **SPECIAL*,KC

Notice Date
5/14/2019
 
Notice Type
Modification
 
NAICS
334512 — Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
36C25519AP0137
 
Archive Date
7/28/2019
 
Point of Contact
Leavenworth, KS 66048
 
Small Business Set-Aside
N/A
 
Description
This is a modification to the previously submitted Notice of Intent which was issued on 1/27/2019. This modification changes the period of performance from a Base + Three Option Years to a Base + Four Option Years. All other information remains the same. 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 66215-1151. 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 Building Automation System is located at the KC VAMC in Buildings 1, 2, 3, 4, 6, 15, 26, 33 & Building 56. 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 computer in building 26 22 Universal Network Controllers (UNC), 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 Included is updating and maintaining the UNC in SCIU (2018) and MICU (2019) as these are critical areas and crucial to eliminate any type of downtime. 80 hours of Emergency Service is included. Hours over and above will be billed at the contract labor rate. 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 as outlined in 6.2, 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 sensor 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. Updating 10 24 port Gigabyte Network Switches to maintain the current infrastructure requirements. Network Services Scope of work includes: Test the fiber cables and maintain or update the ends on the fiber including cleanup of 4 panels.   Server and/or Desktop Hardware Troubleshooting Windows Server Monitoring and Email Alerting Windows Servers OS Updates Active Directory User Changes and Adds Desktop and/or Server Anti-Virus Infrastructure Hardware Monitoring, and Email Alerting Internet/SonicWall Subscription Service for BAS System VA Hospital & Honor Annex The place of performance is for the Kansas City VAMC located at 4801 Linwood BLVD, Kansas City, MO 64128. The NAICS code is 334519 with a size standard of 500 employees. This action will result in a Firm-Fixed Price contract with a period of performance of a Base year plus four 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 1, 2019 at 11:00 AM CST. 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 1, 2019 no viable responses have been received in response to this announcement, 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 Contracting Officer Jeanine Wallace, who can be reached at jeanine.wallace@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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25519AP0137/listing.html)
 
Place of Performance
Address: Kansas City VAMC;4801 Linwood BLVD;Kansas City, MO 64128
Zip Code: 64128
Country: U.S.A.
 
Record
SN05311611-F 20190516/190514230112 (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  © 1994-2020, Loren Data Corp.