DOCUMENT
65 -- SIEMEN APOGEE MAINTENANCE SOLE SOURCE - Attachment
- Notice Date
- 4/3/2017
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
- ZIP Code
- 29209-1639
- Solicitation Number
- VA24717N0247
- Archive Date
- 4/13/2017
- Point of Contact
- Cynthia Machuca
- E-Mail Address
-
6-4000<br
- Small Business Set-Aside
- N/A
- Award Number
- VA247-17-P-0690
- Award Date
- 2/11/2017
- Awardee
- CONTROL MANAGEMENT, INC.;3101 CARLISLE ST;COLUMBIA;SC;29205
- Award Amount
- $215,880.00
- Description
- Statement of Work Siemens Building Technologies System 600/APOGEE 1. REQUIREMENT: This requirement is for a full service maintenance and repair for the Siemens Building Technologies System 600/APOGEE equipment that is located within the facility of WJB Dorn VA Medical Center. 2. BACKGROUND: Maintenance and repair service for the Siemens Building Technologies System 600/APOGEE is required to maintain system operation integrity, and reliability. This system is mandatory to the daily operations of the facility and is required to have proper maintenance and upkeep to maintain its system. 3. PERIOD OF PERFORMANCE: This procurement is for a base year with the possibility of four (4) option years. Base Year February 11, 2017 through January 31, 2018 Option Year 1 February 1, 2018 through January 31, 2019 Option Year 2 February 1, 2019 through January 31, 2020 Option Year 3 February 1, 2020 through January 31, 2021 Option Year 4 February 1, 2021 through January 31, 2022 During normal working hours of 08:00 a.m. through 4:30 p.m. excluding federal holidays and weekends. Overtime is not authorized at this time. 4. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia SC 29209 5. PERFORMANCE REQUIREMENTS: The Contractor shall provide full service maintenance to include parts, labor, equipment, software, materials and all necessary resources to provide full maintenance, repair, and support services on the Energy Management System located within the WJB Dorn VA Medical Center. Contractor s employees must be factory trained and fully supported by Siemens Building Technologies. Contractor shall provide all service and repairs conducted on the system to include transportation, lodging and travel expenses Maintenance and repair services shall be performed on the following equipment which is located at the WJB Dorn VA Medical Center facility; Bldgs 100, 100a, 114, 105, 106, 103, 103a, 9 and 9a.: Equipment Description Quantity of Items Dell PC s and monitors 3 Printer 3 Insight Colorgraphics Software and Hardware Locks 3 Modular Building Controllers (MBC) 6 Digital Points Units 2 Unitary Controller, Expanded (UC) 1 Floor Level Network Controller (FLNC) 3 Modem 1 Analog Inputs (AI) 1,046 Analog Outputs (AO) 438 Digital Inputs/Outputs (DI/DO) 672 AI,DI & DO Points associated with TEC s 4,191 Terminal Equipment Controller (TEC) 669 Modular Equipment Controller (MEC) 29 Point Extensions 56 Differential Pressure Monitor (DPM) 42 Remote Pressure Transmitter (RPM) 42 Room Pressure Controller 8 Trunk Interface 3 UPS 2 Trane Driver 1 Technical Support Program (TSP) 3 PCX 36 Controller 2 TXM1.8u 27 Ebtron Air Flow Stations 18 PXC 100 Controller 12 PXX 485.3 PXC Exp Module 11 TXM1.8u-ML 4 TXM1.16D 9 TXM.16R-M 3 TXS1 VDC Supply 1 TXS1-12F4 Power Supply 6 TXS1-EF4 Bus Connection Module 7 PXA-SB115V192VA 12 TXM1.6R 10 TXM1.8x 2 TXB1.P1 1 PXC 24 Controller 1 LSM-FLN 36 1 LSM-Bacnet license 1 PXC 16 Controller 1 Client License 1 Bacnet Server Option Software 1 A Contracting Officer Representative (COR) and/or Alternate Contracting Officer Representative (ACOR) will be assigned to this procurement and written notification will be provided to the Contractor after award. Scheduling of all work performance shall be arranged through the designated COR/ACOR assigned prior to the commencement of work. The Contactor shall ensure work performance disruption conducted in areas that maintain patients and/or other occupants are kept to a minimum. The Contractor shall ensure proper signage is posted in work areas at all times when conducting repair service. Contractor shall ensure all tools and equipment are secured at all times. Tools and equipment must be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each work day. All debris must be removed from the facility upon completion of work each day. Smoking is not permitted within the facilities at any time. All smoking will be conducted in designated smoking areas only. The government reserves the right to monitor services in accordance with Performance Based Matrix. Performance Based Matrix PERFORMANCE BASED TASK INDICATOR STANDARD QUALITY ASSURANCE INCENTIVES The Contractor shall provide full-service maintenance, repair, and support of the Siemens Building Technologies System 600/APOGEE equipment. Competency Performs 100% of required tasks competently 100% of the time. All inspections and tests shall be thorough. For all Standards: Surveillance will include periodic inspections and monitoring. Contractor performance will be evaluated. The evaluation will be considered when Option Years or future contract selections are made. Timeliness Frequency of service is adhered to 100% of time and periodic work performed as scheduled. Service Quality Satisfaction with quality of service is evidenced by valid customer inputs. 6. INVOICES: a. Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor and submitted through Tungsten Network (formerly known as OB10) http://www.tungsten-network.com/us/en/. A properly prepared invoice shall contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Period Supply or Service Provided Total Amount Due b. Please begin submitting your electronic invoices through the Tungsten Network for payment processing, free of charge. c. If you have questions about the e-invoicing program or Tungsten Network, contact information is as follows: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice email: VA.Registration@Tungsten-Network.com FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-invoice email: vafsccshd@va.gov Web Address: HTTP://WWW.FSC.VA.GOV/EINVOICE.ASP 7. TERMINATION FOR CONVENIENCE: In accordance with FAR 52.212-4 (l) The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience. 8. RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its Contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/VA24717N0247/listing.html)
- Document(s)
- Attachment
- File Name: VA247-17-P-0690 VA247-17-P-0690.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3387525&FileName=-10068.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3387525&FileName=-10068.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-17-P-0690 VA247-17-P-0690.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3387525&FileName=-10068.docx)
- Record
- SN04457738-W 20170405/170403235133-5708984a7bc3881e2d4503be2a682417 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |