SOURCES SOUGHT
J -- HVAC environmental controls maintenance BASE 4 SEBB I/A – Schneider Electric Buildings Business I/A (Invensys)
- Notice Date
- 10/16/2025 8:49:00 AM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25926Q0039
- Response Due
- 10/31/2025 11:00:00 AM
- Archive Date
- 11/15/2025
- Point of Contact
- Jeffery Eller, Contracting Officer, Phone: 918-577-3282, Fax: N/A
- E-Mail Address
-
jeffery.eller@va.gov
(jeffery.eller@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
- Awardee
- null
- Description
- Abbreviated Statement of Work HVAC Building Controls Eastern Oklahoma VA Health System Muskogee, OK 74401 ENVIRONMENTAL CONTROLS DESCRIPTIONS, SPECIFICATION AND WORK STATEMENT Definition(s): Contracting Officer Representative (COR) A person delegated by the Contracting Officer to act for him/her in furnishing technical guidance and advise or generally supervise the work to be performed under the contract. SEBB I/A Schneider Electric Buildings Business I/A (Invensys) SERVICE A.1. The Contractor shall provide preventive maintenance (PM), training, installation, programming, repair/replacement material and consultation. Contractor shall furnish service specialists and factory qualified to diagnose, repair and maintain the SEBB I/A Energy Management and Control System to include, the Niagara Graphical User Interface, enterprise server, gateway software and/or hardware, UNC s (Universal Network Controllers), Micro Zone II controllers, and the associated input and output transducers and digital or pneumatic control devices. As-built drawings and network drawings are available upon request to contracting officer. A.2. The Contractor shall provide SEBB I/A factory authorized service at the Jack C. Montgomery VA Medical Center, Muskogee, OK to include all labor, travel expenses, tools, test equipment, and other incidentals necessary to maintain or restore the listed equipment to operating specifications according to the manufacturer s recommendations. The Contractor shall show proof of being a factory authorized service provider to warranty and repair SEBB I/A products in Oklahoma. The Contractor Technician shall provide service 4 days each month to evaluate, calibrate, repair, install, or perform other work related to Energy Management and Control System as directed by the Utility System Supervisor. The workday each month shall be from 8:00 to 4:30 p.m., Monday through Friday, and scheduled in advance with the Utility Systems Supervisor. A.3. The contractor shall provide emergency response 24 hours, 7 days per week. The maximum response time will be 4 hours from time of notification by VA representative. Emergency response not to exceed 88 hours per year. A.4. The contractor shall provide major programming not to exceed 80 hours per year. A.5. The emergency response and major programming service shall only be rendered at the request of the COR when applicable and invoice in accordance with the price/cost schedule under the contract. A.6. The contractor shall supply parts, materials, and programming for the replacement of three (three) UNC/JACE per year. The three UNC/JACE controllers selected for replacement shall be directed by the COR. Qualifications of the Contractor to meet the main objectives: . The Contractor shall show proof of being certified as a factory authorized service provider to warranty and repair SEBB I/A products in Oklahoma. Contractor shall provide service specialists who are factory qualified to diagnose, repair and maintain the SEBB I/A Energy Management and Control System to include, the Niagara Graphical User Interface, enterprise server, gateway software and/or hardware, UNC s (Universal Network Controllers), Micro Zone II controllers, and the associated input and output transducers and digital or pneumatic control devices. Location of performance Department of Veterans Affairs Eastern Oklahoma VA Health System Jack C. Montgomery VA Medical Center 1011 Honor Heights Drive Muskogee. OK 74401 IMPORTANTR NOTE: This RFI (Request for Information) is for information only. No award will be made from this RFI. Please communicate via e-mail to jeffery.eller@va.gov by 13:00 CST October 31, 2025 as to your company s ability to perform service per this brief Scope of Work. If interested, please provide the following: Please explain how your company will be able to meet the needs of this contract in relation to the Limitations of Subcontracting . Provide company s capability statement describing abilities to meet the above mentioned criteria. Proof of Certifications Please state if your company will conduct the work or will use a sub for this acquisition (if using a sub provide sub s information on the above). Please state your company s business size Please provide DUNS number If you have an FSS/GSA contract that includes this service Provide FSS/GSA contract number if applicable
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6f7d77f7670748fe8e7f58d1a4d1f9c6/view)
- Place of Performance
- Address: Department of Veterans Affairs Eastern Oklahoma VA Health System Jack C. Montgomery VA Medical Center 1011 Honor Heights Drive, Muskogee, OK 74401, USA
- Zip Code: 74401
- Country: USA
- Zip Code: 74401
- Record
- SN07621245-F 20251018/251016230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |