Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2024 SAM #8419
SPECIAL NOTICE

J -- Delta Controls Replacement

Notice Date
12/13/2024 6:53:57 AM
 
Notice Type
Special Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24125Q0142
 
Response Due
12/20/2024 2:00:00 PM
 
Archive Date
02/18/2025
 
Point of Contact
Kenya Mitchell, Contract Specialist, Phone: 860-666-6951
 
E-Mail Address
Kenya.Mitchell1@va.gov
(Kenya.Mitchell1@va.gov)
 
Awardee
null
 
Description
DESCRIPTION The Department of Veteran Affairs, Networking Contracting Office (NCO1) located at 163 Veterans Drive, White River Junction, VT intends to enter into a sole source procurement, pursuant to the authority of FAR 6.302-1, with Siemens Industry, Inc. for the following requirement: STATEMENT OF WORK Replace Delta Controls White River Junction VA Medical Center General Information: The White River Junction VA Medical Center requires the services of a qualified firm to perform urgent replacement of the Delta controls. These panels are responsible for the control, monitoring, and operation of the building automation system. SCOPE OF WORK: Qualified firm shall furnish and install the required panel components to replace/upgrade the existing Delta panels and controllers serving the following areas: Building 1A Air Handling Unit (B1A-AHU-1) Building 1A Heat Recovery Ventilator (B1A-HRV-1) Building 1A Hot Water System (B1A-HWS-1) Building 1A Chilled Water System (B1A-CHW-1) Building 1A MRI Chilled Water System (B1A-CHW-MRI) Building 31 PT/OT Area Required components include: PXC s PXCM s Additional wire DIN rail Electrical connectors Additional consumables (i.e. cable ties, wire nuts, etc/) Additional components required for proper operation. Qualified firm shall follow additional guidelines listed below: May use existing enclosures. May use existing power. All existing Delta points labeled and wired into new controllers. Convert existing Delta points, point descriptions, notes, and programming to new panel point addressing. Perform a point-to-point verification. Document any failed points or issues, review with the site s point of contact. Ensure graphics and alarming are functioning properly (update accordingly). Upon completion, the qualified firm shall prove the system is fully functional and operating properly. LABOR & TRAVEL EXPENSES: All labor and travel conducted are included. CERTIFIED TRAINED TECHNICIANS AND KEY PERSONNEL: The repairs shall be performed by trained, competent, certified personnel. The COR and/or designated representative specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on VAMC equipment. HOURS OF COVERAGE: Date and time of work will be coordinated between the contractor and the COR. Overtime and holiday rates are not covered in the agreement. Repairs can be performed during regular business hours. Should the contractor opt to perform repairs outside normal business hours, the VA Medical Center will not compensate for those times/rates. Federal Holidays observed by the VAMC are: New Years' Day, Martin Luther King Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day SERVICE MANUALS/TOOLS/EQUIPMENT: The VAMC shall not provide tools, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available all operational and technical documentation (i.e., operational and service manuals, schematics, and parts list), which are necessary to meet the performance requirements of this contract. DOCUMENTATION/REPORTS: Contractor will provide a detailed service report of the steps taken to complete. Contractor shall provide documentation of any failed points or components not functioning properly. REPORTING REQUIREMENTS: Check in/check out is mandatory. The Contractor shall report to Facilities Management Service building to sign in and receive a contractor identification badge. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor shall wear visible identification at all times while on the premises of the VAMC. The Contractor shall park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or reimburse for parking violations of the Contractor under any conditions. Smoking is prohibited on the VAMC campus. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Records Management The following standard items relate to records generated in executing the contract and should be included in a typical 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. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Place of Performance: 215 North Main Street White River Junction, VT Period of Performance: These repairs are considered urgent and should be completed within 60 days. It is understood that some components may not be readily available. If supply shortages become an issue, the period of performance shall be adjusted accordingly. OTHER Operator shall be responsible for maintaining Class 3 certification including expenses and man hours required. Operator shall provide all VA required insurance. Operator shall submit billing based on a flat rate per month to cover all agreed upon recurring Operator Services. Invoices shall be submitted electronically as required by VA. Such invoices shall be submitted monthly. Any non-covered services shall be identified up front by the Operator and communicated immediately to VA Management so an advance decision can be made as to how to handle associated costs. No extra services or costs will be honored by the VA unless approved in advance by the VA contracting officer. Coverage of additional service as authorized by the COR. Such services to include a request with the bid for an hourly rate for additional services as agreed to by both parties then at award include a number of hours each month (such as 8-hours each month) for additional services . Operator will be required to cover their own expenses in the delivery of these services. There will generally be no reimbursement for mileage, food, lodging, etc. when delivering these services. The contract term shall be for one year, with the option to extend one additional year. The effective start date will be date contract is awarded. Renewals will be renegotiated and will require approval of both parties. In the event of a project to recondition the VA water tower, the Water Operator shall continue their water monitoring duties as normal with the temporary tanks acting as the water tower Siemens Industry, Inc. will be awarded this procurement because the selected contractor must be a manufacturer certified/authorized service provider. The Delta Control Panel is part of the Bldg Mgt System which is a Siemens product, The system is proprietary to Siemens. No other company nor its employees are authorized to service this system without voiding the original equipment manufacturers warranty. The NAICS code for this requirement is 238220 with small business size standard of $19 Million. This notice of intent is not a solicitation nor is it a request for proposal. However, interested parties that believe they can satisfy the requirement listed above must clearly identify their capability to do so in writing by December 20, 2024, at 5:00 PM EST time. Responses should be sent to Kenya Mitchell at Kenya.Mitchell1@va.gov. Information submitted in response to this notice will be used solely to determine whether competitive procedures could be used for this acquisition. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3dbe7802d08b4535ab883a8275954edc/view)
 
Record
SN07291377-F 20241215/241213230105 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.