DOCUMENT
J -- Siemens Automation System Upgrade & Maintenance 553C80127 (VA-18-00027892) - Attachment
- Notice Date
- 4/12/2018
- Notice Type
- Attachment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36C25018Q0600
- Archive Date
- 6/26/2018
- Point of Contact
- Bridget May
- E-Mail Address
-
Office - POC
(bridget.may@va.gov)
- Small Business Set-Aside
- N/A
- Award Number
- GS-07F-217CA 36C25018F1934
- Award Date
- 3/28/2018
- Awardee
- SIEMENS BUILDING TECHNOLOGIES INC;1000 DEERFIELD PKWY;BUFFALO GROVE;IL;600894547
- Award Amount
- $281,744.00
- Description
- VHAPM Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >$150K VHAPM Part 808.405-6 Limiting Sources Page 2 of 3 Original Date: 08/30/2017 LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 Acquisition Plan Action ID: VA250-18-AP-4923 Contracting Activity: Department of Veterans Affairs, VISN 11, Detroit Medical Center Network Contracting Office (NCO) 10, PR: 553-18-3-3102-0033. Description of Action: This acquisition is conducted under the authority of the Multiple-Award Schedule Program (41 U.S.C. 251 and 40 U.S.C. 501): Service task order covering full mechanical and technical support at the Detroit VA Medical Center on the Siemens Building Apogee Network. Existing Order Number: VA250-17-F-1812 /Purchase Order 553C70114 Order against: FSS Contract Number: GS-07F-217CA Name of Proposed Contractor: SIEMENS BUILDING TECH Street Address: 45470 Commerce Center Dr. City, State, Zip: Plymouth, MI 48170 Phone: 616-216-3054 Description of Supplies or Services: The estimated value of the proposed action is $ 281,744.00 The contractor shall supply all upgrades to the siemens apogee main server as well as 5 client computers. The contractor shall also supply preventive maintenance to the apogee network on a monthly basis throughout the contract year. The network consists of 1 window server, 5 window work stations, 1 laptop, 2 fx880 alarm printers, 2 laser jet printers, 66 pcxm controllers, 4 digital point units, 26 differential pressure monitors to include annual calibration, 276 terminal equipment controllers and 2 quincy screw compressors which includes total coverage on parts and labor as well as maintenance. In addition, the contractor shall perform retro commissioning of 1/3 of the air handling systems to include all sensors, dampers, valves and switches contained within each control cabinet. 4. IDENTIFY THE AUTHORITY AND SUPPORTING RATIONALE (see 8.405-6(a)(1)(i)(A), (B), and (C) or 8.405-6(b)), AND IF APPLICABLE, A DEMONSTRATION OF THE PROPOSED CONTRACTOR S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. (CHECK ALL THAT APPLY AND COMPLETE) An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized: The contractor is the manufacture of the entire building automation network which requires their proprietary software and upgrades which can only be supplied and installed by Siemens. The system is run by programming which is also proprietary to the manufacture. All components of the system are Siemens and require manufacture trained service technicians to make adjustments and repairs to many items on the network that require computer interface. All sensors, valves, actuators and processors of the system are manufactured by Siemens and require Siemens trained personnel to make adjustments and repairs. Many of our interconnected systems are still under manufacture warranty and anyone other than Siemens working on these systems will void the warranty. They currently have the contract. In the interest of economy and efficiency, the new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order must not have been previously issued under sole source or limited source procedures. Items peculiar to one manufacturer: A patent, copyright or proprietary data limits competition. The proprietary data is: All software that runs the building automation server, all software that runs each individual cabinet on the network, all software that runs each individual FLN device, as well as all programming within each device. These are direct replacements parts/components for existing equipment. All modules and PLC controllers as well as FLN devices on the network are specific to Siemens. Many of the sensors that connect to these devices require factory direct replacement. All control valves, actuators and sensors must be tied into the Siemens automation system. The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. Describe the equipment/function you have now and how the new item/service must coordinate, connect, or interface with the existing system. The Siemens Apogee System requires a large portion of proprietary support of which only the manufacturer can provide. The provided proprietary support is on such devices as the server, software, individual cabinets on the network, and all software that run each individual FLN device, as well as all programming within each device. (5) DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.404(d) TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: The Detroit VA would have to overhaul the whole building automation system, which would not be in the best interest of the government, in order to compete this requirement. Additionally, Siemens has a GSA contract that covers this work. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: No action can be taken due to the proprietary nature of the work to be performed. The risks associated with considering a company other than OEM in performing this work and the potential consequences of obtaining another company to perform this work are unacceptable and not the best interest of the government. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: The Siemens Apogee Automation Network is a proprietary system that requires only the manufacture to provide all software that runs each individual cabinet, FLN device as well as all programming within each device. All replacement items, (control valves, actuators, sensors, plc controllers, etc.) require factory device replacement. (8) A STATEMENT OF THE ACTIONS, IF ANY, THE AGENCY MAY TAKE TO REMOVE OR OVERCOME ANY BARRIERS THAT LED TO THE RESTRICTED CONSIDERATION BEFORE ANY SUBSEQUENT ACQUISITION FOR THE SUPPLIES OR SERVICES IS MADE: None. To remove or overcome this barrier the Detroit VA would have to overhaul the whole building automation system, which would not be in the best interest of the government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/Awards/GS-07F-217CA 36C25018F1934.html)
- Document(s)
- Attachment
- File Name: GS-07F-217CA 36C25018F1934 GS-07F-217CA 36C25018F1934_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4221243&FileName=GS-07F-217CA-009.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4221243&FileName=GS-07F-217CA-009.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: GS-07F-217CA 36C25018F1934 GS-07F-217CA 36C25018F1934_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4221243&FileName=GS-07F-217CA-009.docx)
- Record
- SN04887905-W 20180414/180412231013-4d50af7bf10ebf9f9e61ead156c71d63 (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 |