New Hampshire Bids > Bid Detail

H145--Control Systems Engineering Support Services Manchester VAMC

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159733683531707
Posted Date: Jan 13, 2023
Due Date: Jan 20, 2023
Solicitation No: 36C24123Q0256
Source: https://sam.gov/opp/6816adcbcd...
Follow
H145--Control Systems Engineering Support Services Manchester VAMC
Active
Contract Opportunity
Notice ID
36C24123Q0256
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 13, 2023 12:43 pm EST
  • Original Response Date: Jan 20, 2023 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H145 - QUALITY CONTROL- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 238290 - Other Building Equipment Contractors
  • Place of Performance:
    Manchester VA Medical Center Manchester , NH 03104
    USA
Description
This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of your company s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Source Sought Notice.

This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought.

The Veterans Health Administration (VHA) is seeking to obtain a qualified vendor to provide Control Systems Engineering Support Services at the Manchester VAMC per the general requirements below. The standard shall be of quality; meeting or exceeding those outlined in the general PERFORMANCE WORK STATEMENT as described below.

Refer to the PERFORMANCE WORK STATEMENT section below for the requested requirement description. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy.

Please provide at minimum:

QUALIFICATION INFORMATION:
Company / Institute Name:
Point of Contact:
Address:
Phone Number:
E-mail Address:
Unique Entity Identifier (UEI) #:Â
CAGE Code:

A statement as to whether your company is large or small business under the applicable NAICS code according to the appropriate size standard. Also indicate if you are: a non-profit entity, small, disadvantaged business, Section 8(a) small business, woman-owned small business, service-disabled veteran-owned small business, or a HUBZone small business.


DEPARTMENT OF VETERANS AFFAIRS
PERFORMANCE WORK STATEMENT
BOILER PLANT
Control Systems Engineering Support Services
INTRODUCTION
The VA Medical Center in Manchester has a SCADA system that requires support services, as well as preventative maintenance services, for the routine and critical maintenance of your facility s control systems. Provide all materials, labor, and equipment to perform the items detailed below. The contract will have a one-year base period with four option years.

BACKGROUND
The VA equipment to be serviced is proprietary in nature and design it requires specialized test equipment, tools, training, and certifications/licenses to service. This Contractor shall have the necessary test equipment, tools, training, and certifications to perform this work.

SCOPE
Item 1 - Plant Control System
Control panels, controllers and field devices directly monitoring and/or controlled. This includes field calibration of all balance of plant instruments that are capable of being calibrated. This excludes control systems not provided by Contractor. Contractor will at the request of the customer and to the best of our ability and substantial knowledge base, support existing control systems provided by others, however we cannot guarantee successful results.

3.2 Item 2 - Plant Data Network Infrastructure
Network infrastructure devices and interfaces whose function is to pass data throughout the controls network. This excludes customer s corporate network infrastructure devices and interfaces.

3.3 Item 3 - Plant Human Machine Interface (HMI) System
Control system HMI Servers, workstations, and operator interface terminals (OIT). This excludes HMI s and OIT s not provided by Contractor. Contractor will at the request of the customer and to the best of our ability and substantial knowledge base, support existing control systems provided by others.

3.4 Item 4 - Telephone/Remote Support Normal Business Hours: M-F 8-5
Within (4) Four Hours of initial call for support, Contractor shall provide the customer technical phone support and/or remote system access support during NORMAL business hours. This support shall include questions covering troubleshooting, maintenance, and operational issues for all controlled systems covered under this agreement. Up to 40 hours per year of telephone and/or remote support shall be provided during normal business hours as part of the base contract. Additional telephone/remote support services shall be provided on a T&M basis.

3.4 Item 5 - On Site Maintenance Services
Contractor shall provide a qualified control systems engineer and/or technician to perform onsite maintenance services. These services ensure the consistent operation of the field controllers, their systems, and their associated end-devices, as well as the HMI systems, and evaluate performance and functionality of the controlled systems. These maintenance services shall include:
1. Field Controller Hardware Operational Verification
2. Operational verifications of server and workstation HMI visualization, historical data acquisition and alarming software
3. Historical database maintenance and backup verification
4. System performance evaluations
5. Field Instrumentation Calibration
6. Troubleshooting
Onsite maintenance shall be performed up to 3 DAYS ANNUALLY and shall include the services of an engineer and/or up to two (2) technicians, travel time and expenses. Additional onsite maintenance services shall be provided on a T&M basis.

3.5 Item 6 - Project Management
Contractor shall provide Project Management staff. Project Management shall include:
1. A single point of contact to meet the needs of the customer and control systems.
2. Continuous evaluation of the control system and its controlled systems.
3. Reports, documentation updates and recommendations will be provided.

APPLICABLE DIRECTIVES
Medical Center, Facility Services Policy, FS-7.
VA Directive 1810

PERFORMANCE REQUIREMENTS
All work shall be completed such that the integrity of the systems is maintained. All work shall be done in accordance with OSHA, EPA regulations, NFPA codes, with particular attention to NFPA 85, VA codes, Federal, State, and local regulations throughout the course of this project.
All areas will be left in a clean and workmanlike manner.

DELIVERABLES
Contractor shall coordinate with the customer to provide a complete calendar year schedule for scheduled maintenance tasks at the commencement of the contract.
Contractor shall provide a prioritized phone support contact list at the commencement of the contract.

OTHER CONSIDERATIONS:

Material Safety Data Sheets (MSDS s) must be submitted to the Contracting Officer s Technical Representative (COTR) for approval for all hazardous materials before they are brought to the work site.
Two weeks prior notice is required for all work that involves shutting down any of the systems. Work requiring a shutdown may be required to be performed outside of normal working hours.
End of day cleanup of the work area(s) is mandatory and all trash shall be bagged and properly disposed of offsite.
Contractor vehicles, including those of their employees, are to be parked in the lower level of Lot D. Exclusion: Any vehicle directly involved in the cleaning and removal of debris from the boilers.
Smoking is permitted only in designated locations.
Work shall be completed during normal business hours of 7:00am 4:30pm.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 13, 2023 12:43 pm ESTSources Sought (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 >