Similar Projects
Enhanced Ventilation Energy Recovery Ventilation
Term Contract
Sub-Bidding
New York, NY 10007

Exhaust Fan Resizing
Renovation
Sub-Bidding
$60,000 CJ est. value
New York, NY 10032

SMD Services the Repair, Alteration and Installation of Range Hood Fire Suppression Systems Located at Various Developments Within the Five (5) Boroughs of New York City
Term Contract, Alteration
Post-Bid
Manhattan, NY

State Phase IIA Boiler Replacement and Hot Water Heaters Project at Johnson and Mott Haven Houses
Renovation
Post-Bid
$200,000 CJ est. value
New York, NY 10007

Cooling Towers Replacement
Alteration
Results
New York, NY 10037

North Building Cooling Tower Condensate Piping and Asbestos Abatement
Alteration
Results
$2,000,000 to $2,600,000 est. value
New York, NY 10065

Department of Public Works HVAC Services 2023
Term Contract
Sub-Bidding
New York, NY 10007

SUNY Global - HVAC Inspection / Preventive Maintenance
Term Contract
Post-Bid
New York, NY 10022

Chillers Maintenance And Repairs
Term Contract
Results
New York, Staten Island, NY 10301

Air Purifiers
Alteration
Post-Bid
New York, NY

Air Filter Services for Heating, Ventilation, and Air Conditioning, (HVAC) Systems at The Port Authority Bus Terminal (PABT)-Two Year Contract
Term Contract
Results
New York, NY 10018

Removal and Installation of Daikin Air Handling Unit
Renovation
Post-Bid
$500,000 CJ est. value
New York, NY 10458

HVAC Chiller Cooling System Replacement
Alteration
Results
$4,000,000 est. value
New York, NY 10026

Various H+H Location City-Wide, Job Order Contract - HVAC-3 Not To Exceed 8M
Alteration
Post-Bid
New York, NY 10041

Tech Hub G03 Research Data Center Cooling
Alteration
Results
$500,000 est. value
New York, NY

Last Updated 08/26/2023 07:03 AM
Project Title

Direct Sense Indoor Air Quality Core Monitoring Equipment for the New York Harbor Healthcare

Physical Address View project details and contacts
City, State (County) New York, NY 10010   (New York County)
Category(s) Single Trades
Sub-Category(s) HVAC
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number 2023-24, Effective Date 06/02/2023. This solicitation is set-aside for: Small Business. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519, with a small business size standard of 500 Employees. The FSC/PSC is 6665. The New York Harbor Safety Department & Engineering Service requires two (2) complete sets of IAQ (Indoor Air Quality) monitoring equipment. One set will be deployed at the Manhattan VAMC, and a second deployed at the Brooklyn VAMC. This equipment will be brand name or equal to the Graywolf Sensing Solutions Direct Sense IAQ Core monitoring equipment. Salient Characteristics: The DirectSense IAQ Core 10" Rugged Tablet Indoor Air Quality Survey & Monitoring Kit with DirectSense II Probe. Bluetooth and Wi-Fi Wireless included. Includes 1 each: DSII-8-KIT Probe Kit with DSII-8 probe, ACC-PWR-DSII-CRDL charging cradle and additional 100/240V AC adapter, ACC-TPD-M2 mini-tripod. The following user-swappable smart sensor is installed: SEN-SMT-TRH3 _C/_F, %RH (dewpoint and other derived moisture readings may be displayed from these sensors). Six extra sockets available for optional smart PID (for TVOCs), smart NDIR CO2 or smart electrochemical (specific gas) sensors (e.g., CO, O3, NO2, NH3). The probe includes a built-in fan and a push-pull socket for cable connection to the Tablet. A WolfRadio wireless board is installed in the probe providing Bluetooth classic (for wireless connection to the tablet), Bluetooth low energy (for alternative connection to free smartphone apps), and Wi-Fi (for remote connection via GrayWolfLive). _MN-10RT2 WIN10 Pro OS rugged tablet PC. GrayWolf WolfSense-LAP application preloaded and on USB key. Display: 10.1 1280x800 LCD, Intel Celeron CPU, Memory: 4GB, Storage: 128GB eMMC Wireless: 802.11 a/b/g/n/ac Dual Band (2.4Ghz / 5Ghz), Bluetooth: 4.2, GPS. Camera: Rear 5.0MP, Front 2.0MP (for photo/video notes), Audio: Intel SST (for audio notes) High quality back Hand Strap & Briefcase Handle, Snap Mount Plate. Protective case is MIL-STD-810G (4 ft drop test) certified. Scratch resistant screen protector. Weight (tablet with case, hand strap) 2.1 lb. (1.05 kg). Ports (1 each): Full-sized USB-A 3.0, USB-C 3.0, Mini HDMI, 3.5mm, Headphone Jack, 110/240VAC Adapter (specify US, EU or UK plug). Typical battery life 5.5 hours powering probe, 9 hours w/o powering probe. Continuously powers probes via AC adapter. _AD-DSIIUSB-1M 1m cable, 10 pin push-pull to standard USBA connector for DSII probes to connect to Tablets/Laptops/PCs _WolfSense PC data download, analysis, and graph generation software, preloaded on the Tablet PC with unlimited license version on a USB key for installation on your alternative PCs. _SWS-LAPU Free subscription to unlimited WSLAP upgrades and unlimited WSPC software upgrades. _PCC-20RT Hard-shell security case. Description Quantity MS Windows compatible indoor air quality monitoring and datalogging tablet with sampling probes. To include built-in temperature and humidity probe. 2 Carbon Monoxide Sensor compatible for use with the indoor air quality monitoring tablet described in Line Item 1. 2 Photoionization sensor for volatile organic compound measurement, compatible for use with the indoor air quality monitoring tablet described in Line Item 1. 2 Formaldehyde sensor for volatile organic compound measurement, compatible for use with the indoor air quality monitoring tablet described in Line Item 1. 2 Ethylene oxide sensor for volatile organic compound measurement, compatible for use with the indoor air quality monitoring tablet described in Line Item 1. 1 Volatile organic compound calibration kit including reference standard gases. 2 Airborne particle counter measurement kit with 0.3 micron threshold and quantification of PM1.0 to PM10 measurement range. 2 Differential pressure measurement module. 2 Telescoping air velocity probe with quantification of airspeed, temperature and volumetric airflow. 2 Annual calibration service for all devices 2 The purchase order period of performance is 45 days after receipt of award. Place of Performance: Manhattan VA Medical Center 423 E 23rd Street New York, NY 10010 Brooklyn VA Medical Center 800 Poly Place Brooklyn, NY 11209 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Mar 2023) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (Dec 2022) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Dec 2022) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Jun 2023) The following subparagraphs of FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509)). 52.222-3, Convict Labor (June 2003) (E.O.11755). 829.502-2 Total Small Business set-asides. 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan2020) (E.O.13126).). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246). 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83). All quoters shall submit the following: One (1) Copy. All quotes shall be sent to: Jonatan.rondon@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Award shall be made to the quoter, whose quotation, offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 1600 hours EST 08/23/2023 to Jonatan.rondon@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Emailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Jonatan Rondon Contract Specialist Network Contracting Office (NCO2) Margaret Cochran Corbin VA Campus 423 East 23rd Street, 14045-W New York, NY 10010 347-801-3173, Mon- Fri, 8am-4pm Jonatan.rondon@va.gov

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