Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2025 SAM #8466
SPECIAL NOTICE

J -- B39 Flr3 Delta Components Replacement Parts

Notice Date
1/29/2025 6:37:03 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
36C24125Q0215
 
Response Due
2/5/2025 2:00:00 PM
 
Archive Date
04/06/2025
 
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: Place of Performance: Building 39 Delta Component Upgrade White River Junction VA Medical Center General Information: The White River Junction VA Healthcare System requires the services of a qualified firm to furnish materials, program, and assist with the replacement of failed Delta controls components. These controls are responsible for the heating, ventilation, and air conditioning systems for the specialty care clinic. Given the failure of the existing system, there currently is no control over those systems. New controls shall integrate with the existing building management system, utilizing the existing power, enclosures, and network cables. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. General Contractor Requirements: Contractor shall supply all required components for proper integration into the existing building management system. Required components include: DXR VAV controllers. VAV airflow actuators. Supply air temperature sensors. Compatible thermostats. Contractor will pre-program the replacement DXR controllers to the necessary room requirements (provided by the VA Medical Center staff). Contractor will provide support to VA staff on how to properly install components. Installation will be completed by VA staff, not the contractor. Contractor will provide support to VA staff for the addition of components to the existing Siemens Desigo CC building management system for trending, alarms, and graphics. Submittals must be reviewed and approved by the VA prior to the start of work. 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. 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 February 5, 2025, 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/a25d5770899644d6bb937982db395415/view)
 
Record
SN07326100-F 20250131/250129230104 (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.