D--INTENT TO SOLE SOURCE MetaSys Server System Maint.

expired opportunity(Expired)
From: Federal Government(Federal)
36C25220Q0061

Basic Details

started - 08 Oct, 2019 (about 4 years ago)

Start Date

08 Oct, 2019 (about 4 years ago)
due - 22 Oct, 2019 (about 4 years ago)

Due Date

22 Oct, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C25220Q0061

Identifier

36C25220Q0061
Department of Veterans Affairs

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (102126)VETERANS AFFAIRS, DEPARTMENT OF (102126)252-NETWORK CONTRACT OFFICE 12 (36C252) (4630)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The Great Lakes Acquisition Center (GLAC) intends to negotiate a sole source contract with Johnson Controls, Inc., for telephone and remote service, support and required field service for the JCI Metasys Building Automation System (BAS) server and related system located at the Tomah VA Medical Center, Wisconsin. Johnson Controls, Inc., is the only vendor capable of providing service to the proprietary software and server. This procurement is being conducted in accordance with FAR 12 & 13 Single Source Award Justification for Simplified Acquisitions Procedure and no other vendor will satisfy agency requirements. This notice of intent is not a request for competitive quotes. No solicitation documents are available and telephone requests will not be accepted. However, any firm that believes it can meet these requirements may give written notification to the Contracting Officer by 0900 AM LOCAL TIME on October 17, 2019. Supporting evidence must be furnished in enough detail to demonstrate
the ability to comply with the above requirements. Information must be sent to the Contracting Officer, Lori.Eastmead@va.gov. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. Responses received will be evaluated however; a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Contracting Office will proceed with the sole source negotiation with Johnson Controls, Inc. STATEMENT OF WORK (SOW) METESYS SERVER & SYSTEM MAINTENANCE Contract Title: Metasys Server Maintenance for the Tomah VA Medical Center, 500 E. Veterans Street, Tomah, WI 54660. Background: The Tomah VA Medical currently has an existing BAS (Building Automation Software) server system. This JCI (Johnson Controls Inc.) Metasys® software system requires scheduled maintenance and software updates to continue all required control functions necessary to keep the Tomah VA Medical Centers HVAC (Heating, Ventilation and Cooling) systems operational. Additionally, as HVAC system devices and control hardware are replaced throughout the Facility by Tomah VAMC HVAC Technicians, data cable connections, device programming and commissioning is needed for total HVAC system operation and function. This in turn keeps the Facility operating as needed to serve the Veteran population. Scope: Contractor shall provide all necessary labor, materials, parts, equipment, travel, 24-hour telephone and remote service, support and required field service for the JCI Metasys® BAS (Building Automation System) server and related systems (Refer to Line Item 3, E below for related systems). All associated controllers can be accessed and updated either remotely or from B40, on the Tomah VA Medical Center facility. Remote access shall be through a Contractor provided, VA approved, browser-based web portal that shall feature screen sharing, video and audio conference calling at a minimum and shall be compatible with at least one or all the following web browsers; Microsoft Internet Explorer. Microsoft Edge. Google Chrome. When HVAC system devices fail and require replacement by the Tomah VAMC HVAC Technicians, the Contractor shall land/terminate existing data cables, program, calibrate and commission newly installed system devices and hardware and provide the Tomah VA COR with a commissioning report for each device for which service was performed. These devices and hardware are as follows; Actuators. Sensors. Valves. Switches. Relays. Control modules for all NAE s (Network Automated Engine), NIE s (Network Integration Engine) and ADS/ADX s (Application & Data Server(s)/Extended Application and Data Server(s)). All work in Line Item 3, B above not to exceed 200 manhours per year. Any additional needed manhours shall be approved first by the contract COR and shall have an additional Purchase Order initiated with a purchase card if required. Contractor shall be available to provided telephone or remote support, 24 hours a day, 7 days a week, 365 days per year. Contractor shall contact the Customer and return calls as follows; Until contact with Customer occurs. During normal business hours, as defined in Line Item 6, Paragraph A below, the Contractor shall contact Customer and return calls Within 15 minutes of Customer contact. During other than normal business hours and Federal Holidays, as defined in Line Item 5, Paragraph(s) A & C below, for issues reported as an emergency, the Contractor shall contact the Customer within (2) two hours. During other than normal business hours and Federal Holidays, as defined in Line Item 5, Paragraph(s) A & C below, for issues reported as urgent, the Contractor shall contact the Customer within (4) four hours. During other than normal business hours and Federal Holidays, as defined in Line Item 5, Paragraph(s) A & C below, for issues reported as minor system malfunctions, the Contractor shall contact the Customer within (6) six hours. Contract to include software upgrades to all Metasys® Server(s)/Client(s), NAE s (Network Automated Engine), NIE s (Network Integration Engine) and ADS/ADX s (Application & Data Server(s)/Extended Application and Data Server(s)). Contractor shall provide functional training on newly upgraded server/software features to all Tomah VA Medical Center HVAC Technicians for each JCI Metasys® BAS server software upgrade. Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer in coordination with the Contracting Officers Representative. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. Notwithstanding, the Contractor shall perform no additional work without the prior written authorization of the Contracting Officer. Any additional work, which may be performed by the Contractor without this approval, will be performed by the Contractor at no additional cost to the Government. Performance Monitoring and Quality Assurance: Inspection/acceptance; the Government reserves the right to inspect or test any supplies or services that have been provided by the Contractor and tendered for acceptance. The Government may require re-performance of non-conforming services at no additional cost to the Government. The Government must exercise post-acceptance rights within a reasonable time after the non-conformity was discovered and before the condition of the non-conformity changes, unless change is due to part/item defect. The contractor shall take all necessary precautions to protect government property and shall repair any damage caused by their efforts. Service Hours and Federal Holidays: Normal hours of coverage are Monday through Friday from 7:30 am to 4:30 pm, excluding holidays. All work shall be performed during normal hours of coverage unless otherwise requested or approved by the COR or their designee. All contract work shall be on a date and time mutually agreed upon between the Contractor and the COR. Federal Holidays observed by the VAMC are: New Years Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Contracting Officer s Representative (COR). Scheduling of work shall be arranged with at least one, or all the Point of Contacts below and in the following order; contract COR (Contracting Officers Representative) or contract ACOR (Alternate Contracting Officers Representative). General Requirements: It is strongly suggested, that the contractor inspect the site where services are to be performed, during the solicitation, to fully understand the conditions under which work is to be performed. The contractor should conduct the site visit to satisfy themselves regarding general and local conditions that may affect the cost of performance, to the extent that the information is reasonably obtainable. Contractor failure to pre-inspect shall not constitute grounds for a claim after contract award. The site visit will be held at a date and time agreed upon between the CO and the COR. For an appointment please email COR, using the contact information in Table 1, above. Carbon copy Contracting Officer on email requesting said site visit. The contractor s FST (Field Service Technician) shall contact the COR/POC prior to performing service at this location and shall communicate to the COR of their presence on the Tomah VA Medical Center campus. The contractor shall obtain all other necessary licenses and/or permits required to perform all work under this contract. Contractor is responsible to replace any items damaged by the contractor, sub-contractor, their employees or equipment at no extra charge to the Government. Contractor shall not interrupt any utility service while performing under this contract. Contractor personnel must conduct their work in a manner that does not interfere with the normal functions of the facility and will stop work if asked by the CO/COR as required if interruptions do occur. The Contractor is responsible for supplying, completing, and submitting all reports required or requested by any additional Federal, State, or local codes as they pertain to any work performed under this contract. No hot electrical work shall be performed. Any electrical work that requires any interruption in electricity must be coordinated with the COR and the facility electricians. All OSHA and Facility lockout/tagout procedures shall be followed. Contract Deliverables: Contractor shall provide, to the COR after completion of work, at the minimum, the following deliverables; A copy of the FSR (Field Service Report(s)), in digital format and sent to the contract COR, ACOR and the Contracting Officer. All training manuals and/or software instruction manuals as they apply in both hardcopy and digital format. Security Requirements. All Contractor FST s (Field Service Technician(s)) shall obtain contractor ID badges from the COR. Identification shall be worn visible always by the Contractor and all Service technicians while on premises. Contractor shall coordinate with COR to acquire said identification badges. During normal working hours of operation, Monday through Friday, the contractor shall check in with the COR/Tomah VAMC (Veterans Affairs Medical Center) POC (Point of Contact) when arriving to perform work and check out with the COR/Tomah VAMC POC when work/work day is complete. During other than normal hours of operation, the contractor shall sign in and out with the Fire Department located on the east end of B36. Risk Control Compliance with general Safety Regulations: Contractors and Subcontractors performing services for the Government shall comply with all OSHA (Occupational Safety and Health Administration), State, County and Municipal Safety and Occupational Health Standards and any other applicable rules and regulations. Contractors and Subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. All ladders, scaffolding, tools, equipment, personal protective equipment, etc. shall be OSHA approved for the work to be performed. Contractor shall use caution signs as required by OSHA Regulations. Caution signs shall be on-site at commencement of work. The Contractor shall take all necessary precautions to protect government property and shall repair any damage caused by their efforts. All work affecting patients shall be coordinated in advance by the Government and the Contractor to have minimal impact on the patients. Place of Performance. Tomah VA Medical Center, 500 E. Veterans St., Tomah, WI. 54660. Period of Performance. Within fourteen (14) days of the award of this contract, the Contractor and the Government shall agree upon a date for work to take place. All work is to take place during the normal hours of operation defined herein, unless agreed upon by the COR in advance, and at no additional cost to the Government. Support is to occur as scheduled and as required during the period of performance. Work shall be completed in a timely manner and a performance schedule shall be coordinated with the Government upon contract award.

Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476Location

Place Of Performance : Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476

Country : United StatesState : Wisconsin

You may also like

Intent to Sole Source-Fairfax Software for IBML 8400 FUSion Scanner

Due: 10 Apr, 2024 (in 12 days)Agency: State of Montana

NOTICE OF INTENT TO SOLE SOURCE BRIDGE ACTION

Due: 12 Apr, 2024 (in 14 days)Agency: DEPT OF DEFENSE

Intent to Sole Source to Hansome Energy Systems

Due: 01 Apr, 2024 (in 3 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

561 -- Administrative and Support Services/561210 -- Facilities Support Services
naicsCode 561210Facilities Support Services
pscCode DIT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS