Similar Projects
Emergency Restoration Services
Term Contract, Alteration
Bidding
MI

HVAC Upgrades
Alteration
Bidding
Warren, MI

USCG Replace Furnaces at CG Airsta Detroit, Mt. Clemens, MI
Post-Bid
Mount Clemens, MI

HVAC at Davison Annex
Post-Bid
Detroit, MI

Heating, Ventilation, and Air Conditiong (HVAC) Building and Mechanical Systems Inspection, Repair, and Preventative Maintenance Services
Results
$1,000,000 est. value
Detroit, MI

CDBG Furnace Repalcement
Results
Taylor, MI

HVAC Maintenance - Kirksey Recreation Center
Alteration
Bidding
Livonia, MI 48154

2020 Admin HVAC
Post-Bid
Warren, MI 48089

Prentis Basement Heating Piping - 2020
Results
Detroit, MI 48202

HVAC Replacement at Bowen Branch Library
Alteration
Bidding
Detroit, MI 48216

Henry Ford Dust Collection
Post-Bid
Detroit, MI 48219

Fraser Senior Activity Center RTU Replacement Project
Results
Less than $33,210 est. value
Fraser, MI 48026

CN Data Center Cooling
Alteration
Bidding
Clinton Township, MI

HVAC and Mechanical Products
Term Contract
Post-Bid

Straight Rail Vehicle Exhaust Removal System
Results
Mount Clemens, MI 48043

Reported 03/15/2022 03:32 PM
Project Title

Chiller Maintenance Services

Physical Address View project details and contacts
City, State (County) Detroit, MI 48201 (Macomb, Wayne Counties)
Category(s) Single Trades
Sub-Category(s) HVAC
Contracting Method Competitive Bids.
Project Status Pre-Solicitation
Bids Due View project details and contacts
Estimated Value
Plans Available from
Owner View project details and contacts
Architect View project details and contacts
Description

STATEMENT OF WORK CHILLER MAINTENANCE SERVICES The John D. Dingell VA Medical Center (JDDVAMC), 4646 John R, Detroit, Michigan 48201 requires a Contractor to perform preventive and corrective maintenance and remote monitoring on seven (7) York Chillers, one (1) Daikin scroll chiller and one (1) Filtrine chiller. The Government anticipates a Firm-Fixed Price contract with a base plus four option years to be exercised at the discretion of the Government. The Contractor shall complete tasks for each of the individual manufacture s recommended schedule for maintenance requirements listed on York form 160.54 MR1, and Daikin form IOM 1206-4. The Contractor shall perform all manufacture s recommended system maintenance on a quarterly basis for the five (5) centrifugal chillers located in the energy center excluding the cleaning of the evaporator and condenser tubes. The Contractor shall perform all manufacture s recommended system maintenance on a quarterly basis on two (2) York Surgical Chillers located on the roof of the JDDVAMC S C yellow building. The contractor shall perform all manufacture s recommended system maintenance on one (1) Daiken scroll chiller located in the new emergency department located on the south side of JDDVAMC s campus. The Contractor shall perform all manufacture s recommended system maintenance on a quarterly basis on (1) Filtrine Chiller A blue building mechanical room LL052. The Contractor shall ensure the above reference recommended system maintenance includes the following tasks: Record all operating conditions (on applicable log forms) Check all oil levels Check all refrigerant levels Check all oil return system operation Check operation of motor starters Check all sump heater and thermostat operation Check all three-phase voltage and balance Verify proper operation/setting/calibration of safety circuits Verify condenser and evaporator water flows Leak checks on all system components Check and tighten all electrical connections Megohm motor windings Replace oil filter and oil return filter/dryers Clean and backflush heat exchanger (VSD, SSS Applications) Supply and replace starter coolant (VSD, SSS Applications) Replace or clean starter air filters if applicable Perform all oil analysis on compressor lube oil Perform refrigeration analysis Perform vibration analysis Perform eddy current testing as needed when chillers are open for tube inspection Lubricate all motors The Contractor shall provide up to four (4) service calls per quarter in addition to performing the quarterly maintenance. For service calls deemed an emergency by the VA, the Contractor shall be onsite for said emergency call within 4 hours of the call being placed. The contractor shall submit a written summary report with all findings to the Energy Center Supervisor or the Maintenance and Repair Supervisor immediately. The contractor shall contact the Energy Center Supervisor to schedule non-emergency work at least one week before it is to start. For any deficiencies found during inspections the Contractor shall address them with the Energy Center Supervisor before making corrections that are not covered by this agreement. The Contractor shall have a minimum of two trained and certified large tonnage centrifugal chiller service technicians on staff that will be responsible for service and maintenance at this site for all nine (9) chillers. The contractor shall provide all certifications for the two authorized Johnson Controls service technicians in your bid response along with their current Michigan universal refrigerant licenses. Hours of Work: The Contractor shall perform all standard maintenance work Monday through Friday between the hours of 7am and 4:30pm unless otherwise directed by the Contracting Officer or the Contracting Officer Representative. The eleven holidays observed by the Federal Government are: New Year's Day, Dr. Martin Luther King, Jr. Day, President's Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. The contractor shall provide any personal protective equipment (PPE) their employees need such as safety glasses, hearing protection, gloves, etc. There shall be a 24/7 monitoring system that is capable of reporting and trending operating conditions and parameters sufficient to provide both the Service Technicians and VA staff the ability to pinpoint and accurately diagnose equipment alarms and prevent future equipment failures before they occur. The remote monitoring system that is currently installed is an e Link gateway module, a non server-based device which communicates to one common Metasys NCE 2560 (https://virtualbranch.johnsoncontrols.com/vb/catalog/Metasys-Building-Management-System/8/Supervisory-Network-Controllers/38/NCE/287/MS-NCE2560-0/14395) mounted within a control panel on the wall, and it is installed on all York chillers. The Daikin scroll chiller does not have a remote monitoring system currently in place. The contractor shall be responsible for the installation of a Metasys NCE 2560 compatible monitoring system for the Daikin chillers. Each York chiller and the Daikin chiller shall be equipped with a remote monitoring system. The contractor shall provide 24x7 monitoring of critical control panel generated diagnostic codes by monitoring available operation, safety, cycling, and warning codes by the manufacturer s UL certified and CSAA 5 Diamond Certified central station alarm monitoring and operations center. The center s operators notify the manufacturer s local branch of faults during normal working hours and non working hours. The system continuously records operating data at 15-minute intervals and stores that operating data for a minimum of 12 months and allows the manufacturer s designated personnel to access current operating data through a mobile device. The system functions through a secure network without requiring an interface with the control system currently installed at the location or with the project. Through the using advanced algorithms, the system continuously compares chiller performance against design specifications and detects whether the machine is in a faulty state or operating inefficiently. The system performs a daily assessment of critical system functions using these algorithms. The system allows the manufacturer s designated personnel to run reports on the operating parameters collected by the system using these algorithms. Remote Monitoring Reports are delivered in person quarterly and via email quarterly to Terry McPherson. They include a trend summary report of key performance indicators that uses fault diagnostic capabilities to characterize the condition of these functions as acceptable, alert or alarm during a specified date rage. They also include a chiller health report & overview. Offeror shall submit a detailed technical description of how your proposed 24/7 monitoring system will be implemented, structured, and managed. The contractor shall not utilize the VA s Network Service. List of equipment Type Model# Manufacturer CHILLER/CENTRIFUGAL YKMQMSH9 CYG YORK CHILLER/CENTRIFUGAL YKMQMSH9 CYGS YORK CHILLER/CENTRIFUGAL YKMQM4H9 CZG YORK CHILLER/CENTRIFUGAL YKKDK4H9 CZGS YORK CHILLER/CENTRIFUGAL YKKDK4H9 CZGS YORK CHILLER/SCREW YCAV0207VA46VAC YORK CHILLER/SCREW YCAV0207VA46VAC YORK CHILLER/SCROLL AGZ090D DAIKIN CHILLER/FILTRINE PCP-750G-96W VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Amended October 25, 2021) Contractor employees who work in or travel to VHA locations must comply with the following: Documentation requirements: If fully vaccinated, shall show proof of vaccination.

Details

Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Central HVAC Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents