BID #13164
HVAC Supplies and Services 

Upgrade Energy management 573A4-12-200

Due Date: Ongoing

***** PRE-SOLICITATION VA-248-13-R-2882 ***** ** THIS IS NOT A REQUEST FOR COMPETITIVE BIDS OR PROPOSALS AT THIS TIME. **

****** THIS IS A PRE-SOLICITATION NOTICE ONLY ******

The Department of Veterans Affairs, Network Contracting Activity 8, Orlando Florida VA Medical Center (OVAMC) intends to solicit and negotiate a Construction firm-fixed-price contract to upgrade the Energy Management System (EMS) at the Lake City VA integrating it as part of an open protocol Energy Management System. Many components of the existing Siemens system are aging and in need of upgrades. Project work shall include renovation to the HVAC system by providing and installing control upgrades, an open protocol system, hardware, system integration platform, panels, and other required items as specified by the AE Construction Documents. Location of work shall be at the Lake City VA Medical Center 619 S. Marion Avenue Lake City, FL 32025-5808

A Request for Proposals (RFP) for this project is estimated to be released before or around January 28, 2014. Details of all dates and events, including site visit will be available in the upcoming solicitation. Interested parties are encouraged to periodically re-visit the Federal Business Opportunities (FBO) website: www.fbo.gov for further information concerning this intended acquisition.

The Estimated Cost Range for this project is between $500,000 and $1,000,000.

This acquisition will be awarded under the Veterans First Contracting Program as a total 100% set-aside to eligible Service-Disabled Veteran-Owned Small Business (SDVOSB) firms.

The applicable North American Industry Classification (NAICS) code for this procurement is 238220 Plumbing, Heating, and Air-Conditioning Contractors.
The Small Business size standard for NAICS 238220 is $14 Million.
See http://www.sba.gov/content/small-business-size-standards

NOTICE THIS IS A SERVICE-DISABLED, VETERAN-OWNED, SMALL BUSINESS SET-ASIDE. PROSPECTIVE CONTRACTORS ARE CAUTIONED THAT ANY BID OR PROPOSAL SUBMITTED IN RESPONSE TO THIS SOLICITATION MUST MEET THE CRITERIA IDENTIFIED BY 38 CFR, PART 74. ANY PERSON, PERSONS, OR BUSINESS ENTITY SUSPECTED OF MISREPRESENTING ITSELF FOR THE PURPOSE OF SECURING A GOVERNMENT CONTRACT MAY BE CRIMINALLY INVESTIGATED AND PROSECUTED FOR FRAUD AGAINST UNITED STATES OF AMERICA. PARTIES FOUND MISREPRESENTING THEIR STATUS ALSO RISK DEBARMENT FROM FURTHER GOVERNMENT CONTRACTS.

All interested Service Disabled Veteran Owned Small Business (SDVOSB) firms must be registered in SAM https://www.sam.gov/portal/public/SAM/and registered with Representations and Certifications completed and viewable in the VetBiz Vendor Information Pages: http://www.vip.vetbiz.gov/general_user/default.asp as a SDVOSB firm.

POC for this project is: Christy Glass, Contract Officer Construction Team 1. Telephone requests for information or questions will NOT be accepted.. Email communication only.

Please email questions to [email protected] and ensure that the subject line includes:
Pre-Solicitation VA-248-13-R-2882 Upgrade Energy Management System 573A4-12-200


All specifications, and drawings, etc… will be posted with the upcoming RFP. However, the following is a limited Statement of Work for Contractor consideration.

1.1 SCOPE of WORK
A. Install controls upgrades for the current EMS throughout the facility that are connected to the Air Handling Units in the specified locations on the construction drawings.
B. Provide and install an open protocol system, sized to meet current facility needs and has the capability to be expanded in the future.
C. Provide and install all required hardware (controllers, sensors, damper actuators, relays, CTs static pressure sensors) and wiring necessary to upgrade the current system according to the latest and most current VA specifications and the construction documents.
D. Remove all existing hardware (controllers, sensors, dampers, pneumatic actuators, relays, CTs static pressure sensors and other related components) and wiring according to the latest and most current VA specifications and the construction documents.
E. Install EMS system integration platform and install required panels, hardware and servers necessary to allow for expansion or future replacement of the current Siemens system.
F. Perform recertification requirements of the EMS in each work area upon completion of work.
G. Route all utilities, including and not limited to emergency power and gases required for the upgrades and installation according to the construction documents provided by the Architect-Engineer.
H. EMS system shall include three separate workstations to access the control network at the Boiler Plant and HVAC Shop minimum, and three portable, robust, operator workstations for access by maintenance personnel.
I. Construction will be phased by existing panel locations and fully coordinated with local VA facilities personnel. In no instance shall work negatively impact the medical gas systems
J. Perform all work in phases, keep downtime to a minimum and provide provisions for continuation of services during outages according to construction documents issued by the Architect-Engineer.
K. Perform all construction, demolition and calibration in accordance to the requirements of VA Specification Section 23 09 23 "Direct Digital Control System for HVAC", and in accordance with all related VACO requirements.
1.2 STATEMENT OF BID ITEMS
A. ITEM I, Upgrade Emergency Management System (EMS): Work includes the following: Replacement of the existing Siemens energy management system panels to a BACNet open protocol system with all new graphics, replacing any failed sensors, providing a new Ethernet backbone to connect the new panels, providing front end computer and workstations with complete software package including graphics, remote notification, and trend logging, associated mechanical and electrical work defined on the drawings, and making provisions for the necessary removal of existing panels and components to make way for new work.

B. BID ALTERNATE NO.1: Same as base bid, except deduct the replacement of floor/field controllers and panels that will work with Open Protocol BACnet format providing necessary information to the EMS front end. Reconfigure existing floor/field controller and reuse. Existing panels to be examined and newer existing panels shall be reconfigured to work in Open Protocol BACnet format.
C. BID ALTERNATE NO.2: Same as base bid, except deduct the conversion of pneumatically actuated valves to DDC. Existing pneumatically controlled devices to be updated and reconfigured to work in Open Protocol format.
D. BID ALTERNATE NO.3: Same as base bid, except include Bid Alternate 1 and Bid Alternate 2 into a combined single deduct alternate.


Original BID Post: Go to Post

Contact

Robert Bentley

Department of Veterans Affairs