Veterans Affairs



FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 201065Phigenics Brand Name Item for Install Water Monitoring and Correct Deficiencies project at Chalmers P. Wylie VAAmbulatory Care Center - Columbus, OH; Project 757-17-205**NOTE: THIS IS A REQUEST FOR INFORMATION ONLY43219-1834VA250-16-N-004312-11-201560N339112Department of Veterans AffairsNetwork Contracting Office (NCO) 10Service Area Office (SAO) Central2780 Airport Drive - Suite 340Columbus OH 43219-1834Brian Kish, Contract Specialist, Network Contracting Office (NCO) 10Email: Brian.Kish@Department of Veterans AffairsChalmers P. Wylie VA Ambulatory Care Center420 North James RoadColumbus, OH43219-1834United StatesThis is a Sources Sought Notice that is issued for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. This notice is not an Invitation for Bid (IFB); it is a market research tool being utilized to determine the availability of sources prior to issuing an IFB. The information requested is for brand name items only listed below which are contained within the specifications and drawings. These items will be provided by the prime contractor after award. The Chalmers P. Wylie Veterans Affairs Ambulatory Care Center (VAACC) – Columbus, OH is planning a project to install a continuous water monitoring system in accordance with VHA Directive 1061 with remote sensors, removing dead ends in piping, and correcting miscellaneous plumbing deficiencies throughout the VAACC. Work includes general, plumbing and electrical construction associated with installing a water monitoring system, removing dead legs, and correcting miscellaneous plumbing deficiencies. The intent of this notice is to notify interested parties of the “brand name items only” listed below that will be acquired by the prime contractor after award from the manufacturers or any other company who would provide the brand name items only from the manufacturer:1. Manufacturer: Phigenics Product:Potable Water Analytics (PWA) Advanced Monitoring System Preassembled packaged unit to continuously monitor the incoming domestic cold water serving the building for temperature, pressure, PH, dissolved solids, and oxidant residual. Unit shall record, receive, store, and send this data by secured Ethernet to an offsite web-based server. Monitoring system shall also receive input from remote temperature sensors in the domestic cold water supply, hot water supply, and hot water return system for data recording, storing, and transferring. The WQMS (Water Quality Monitoring System) shall be prewired and pre-plumbed on a rugged panel, shall have single point of connections for 1/2” NPT domestic cold water inlet, 1/2” NPT drain piping discharge, and a single 110 volt electric power supply – NEMA 4 rated. Provide contacts for the total amount of remote sensors in this project plus five (5) percent (%) for future connections (see Drawings for quantity of remote sensors required). Include an in-line particle filter assembly (complete) in the incoming cold water line with 1/2” NPT connections, and a solenoid valve for on/off operation (NEMA 4X). Phigenics Analytics Software shall not be included.The Phigenics PWA Advanced Monitoring System components shall comply with the following:1. Temperature sensor - includes the sensor and the well: Computer programmable sensor with built-in transmitter, stainless steel construction, 4-20 mA signal output, range of 35?F to 200?F, class A accuracy, 1/2” or 1” probe length (as required to be in water stream to accurately measure temperature), with connection cables for hard wiring to the monitoring system receiver. One temperature sensor shall be incorporated within the monitoring packaged unit.2. Pressure sensor: capable of sensing pressure range from 0 to 200 PSI, built-in transmitter, stainless steel construction, within 99% accuracy, pre-assembled within the monitoring packaged unit.3. PH analyzer: range of 0 to 14, probe method, within the monitoring packaged unit.4. Oxidant residual analyzer: Total-CL2 in a closed colorimetric reading cell using proven EPA DPD technique, accuracy measurement within 5% or less for readings of 0-6mg/L, including reagents, etc. for a complete analyzing system within the monitoring packaged unit.5. Dissolved solids analyzer: range of +/- 1999 mV, determined by conductivity method using a probe, within the monitoring packaged unit.6. Data logger: automatically collect and store data at predetermined intervals, log device data date/time stamps and store in non-volatile memory, store interval data locally until nextscheduled upload, support a Modbus interface plus additional input signals, capability to expand to receive more sensor system input, can transport data securely to offsite servers over Ethernet, provide secure data access and analysis using any Internet connected device, NEMA 4X.7. Software (by owner – for informational purposes): monitor all sensor data from monitoring system, can plot tables and graphs determined by VA’s time schedule and parameters, manual entry via computer and mobile devices, automatic uploading of all test results, documents water management plans and activities, automated sensor monitoring, able to provide secure andcontrolled access, automated alert/ alarm notifications, data storage for (5) five years, export data to Excel and other formats.8. Initial supply of expendable monitoring components, such as reagents and filters, shall be included with the monitoring system. Quantity shall be furnished to allow startup, commissioning, and (1) month operation of monitoring system.9. I/O Expander: OBVIUS Flex I/O #A8332-8F2D analog/digital to Modbus converter. Collects data from meters or sensors and brings that information into a Modbus network or energymonitoring system. 24VDC power supply; Modbus/RTU protocol; ARM7 processor (field upgradable firmware); 4/20mA current mode; (8) Flex IO inputs with user selectable modes; pulse count and runtime values are stored in non-volatile memory. Expander Enclosure: FIBOX ARCA #AR12106CHSSL 12” X 10” X 6” PC enclosure to house (4) I/O expander modules each. Includes: hinged cover base with 10-32 brass inserts; latched cover with formed in place PUR gasket; stainless steel hinge; quick release latch; mounting foot kit; power cord and plug (2 per enclosure with 4 expanders each); made of polycarbonate; UL certified.Preassembled packaged unit shall receive a “lead pump failure” alarm from each of 2 domestic hot water circulating pump systems (Section 22 11 23). Monitoring system shall notify appropriate VA personnel via text, e-mail, or pager in the event of a pump alarm, stating locationof failed pump. Exact method of notification to be selected by the COR.Remote Temperature Sensor - includes the sensor and the well: Computer programmable sensor with built-in transmitter, stainless steel construction, 4-20 mA signal output, 0-10V, Modbus, range of 35?F to 200?F, class A accuracy, 1/2” or 1” probe length (as required to be inwater stream to accurately measure temperature), with connection cables for hard wiring to the monitoring system receiver. Remote temperature sensors with wells shall be shipped loose. System shall allow temperature sensors to be mounted up to 1000 feet away from monitoringpanel and continue to provide accurate and continuous readings (data) to the data logger. Include configuration kit for programming.UPS (Uninterruptible Power Supply) Power Back Up and Surge Protection Device: Basis of Design is APC #550G (ES Series), or equivalent to meet the specifications and operation of the system: 120V nominal input and output voltage, 60 Hz, 330 watts/ 550VA output power capacity, (4) NEMA 5-15R (battery backup) and (4) NEMA 5-15R (surge protection) outputconnections (typical 3-prong receptacle), 5’ cord with plug, maintenance-free sealed Lead-Acid battery with suspended electrolyte -leak-proof, 24-hour recharge time, 3.2 minute typical back up time at full load (330 watts) and 13.4 minute typical back up time at half load (165 watts), LED status display control panel indicating ON LINE; ON BATTERY; REPLACE BATTERY; and BUILDING WIRING FAULT, and audible alarm when ON BATTERY; LOW BATTERY; and OVERLOAD, 3-year warranty (repair or replace). Meets FCC part 15 class B, FCC part 68, NOM, UL 1778, UL 497A, UL 497B, and environmental compliance RoHS.The Government will use the information obtained from this sources sought announcement to make a determination to brand name these items. If interested parties can provide the brand name items only listed above, please provide via email, a one-page synopsis of qualifications to include full name, address and the GSA contract if applicable. The Response Due Date for this Sources Sought Notice is December 11, 2015 @ 1:00 PM EST. The point of contact for to send the information to and/or questions is: Brian Kish, Contract Specialist, Network Contracting Office (NCO) 10; (Email: brian.kish@). ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download