Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2015 FBO #4796
DOCUMENT

J -- Building Monitoring Service, Upgrades Siemens - Justification and Approval (J&A)

Notice Date
1/9/2015
 
Notice Type
Justification and Approval (J&A)
 
NAICS
334512 — Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
 
Contracting Office
Department of Veterans Affairs;Ann Arbor Healthcare System;Network 11 Contract Office;2215 Fuller Road;Ann Arbor MI 48105
 
ZIP Code
48105
 
Archive Date
4/18/2015
 
Point of Contact
Robert Kay
 
E-Mail Address
5-5591<br
 
Small Business Set-Aside
N/A
 
Award Number
GS07F8728D VA251-15-F-0711
 
Award Date
1/9/2015
 
Description
LIMITED SOURCES JUSTIFICATION ORDER >$150,000 FAR PART 8.405-6 2237 Transaction # or Vista Equipment Transaction #: 506-15-1-525-0087 This acquisition is conducted under the authority of the Multiple Award Schedule Program. The material or service listed in par. 3 below is sole source, therefore, consideration of the number of contractors required by FAR Subpart 8.4 - Federal Supply Schedules, is precluded for the reasons indicated below. Restricted to the following source: Provide original manufacturer's name for material or contractor's name for service. (If a sole source manufacturer distributes via dealers, ALSO provide dealer information.) Manufacturer/Contractor: Siemens Industry, Inc FSSS Contract GS-07F-8728 Manufacturer/Contractor POC & phone number: Erich Bergmann, 734-928-8560 Mfgr/Contractor Address: 1000 Deerfield Parkway, Buffalo Grove, IL 60089 Dealer/Rep address/phone number: 734-928-8560 1 The requested material or service represents the minimum requirements of the Government. (1) AGENCY AND CONTRACTING ACTIVITY:Department of Veterans Affairs VA Ann Arbor Healthcare System Network 11 Contracting__ VISN:11 (2) NATURE AND/OR DESCRIPTION OF ACTION BEING APPROVED: Firm Fixed price Service contract from date of award thru 9/30/2015 to provide preventative maintenance, software upgrades and repairs and panel, equipment and computer upgrades to the Siemens Energy Management system installed at the VA Medical Center Ann Arbor, 2215 Fuller Road, Ann Arbor, MI 48105. The Siemens System installed at the VAMC Ann Arbor consistes of 4 workstations, 38 Modular Building controllers, 3 Unitary Controllers, 1 digital point unit and 710 terminal equipment controllers. (3)(a)A DESCRIPTION OF THE SUPPLIES OR SERVICES REQUIRED TO MEET THE AGENCY'S NEED: Service contract from date of award thru 9/30/2015 to provide preventative maintenance, software upgrades and repairs and panel, equipment and computer upgrades to the Siemens Energy Management system installed at the VA Medical Center Ann Arbor, 2215 Fuller Road, Ann Arbor, MI 48105. $269,118.00. Siemens Industry, Inc, 100 Deerfield Parkway, Buffalo Grove, IL 60089. (b)ESTIMATED DOLLAR VALUE: $269.118.00 (c)REQUIRED DELIVERY DATE: 12/31/2014 (4)IDENTIFICATION OF THE JUSTIFICATION RATIONALE (SEE FAR 8.405-6), AND IF APPLICABLE, A DEMONSTRATION OF THE PROPOSED CONTRACTOR'S UNIQUE QUALIFICATIONS TO PROVIDE THE REQUIRED SUPPLY OR SERVICE. 1Specific characteristics of the material or service that limit the availability to a sole source (unique features, function of the item, etc.). Describe in detail why only this suggested source can furnish the requirements to the exclusion of other sources. The existing building management system was installed by the OEM manufacturer, Siemens Industry, Inc. The software used is proprietary to Siemens and the installed controllers will not function with another vendors system. Only Siemens is able to provide the service and programs the controllers installed at the VA Ann Arbor Healthcare System. 1A patent, copyright or proprietary data limits competition. The proprietary data is: (If FAR 8.405-6(a)(2)iii before posting. Do not include specific proprietary data. Only mention the type of equipment, procedure, etc. to show that proprietary supplies or services are being procured.) The existing building management system was installed by the OEM manufacturer, Siemens Industry, Inc. The software used is proprietary to Siemens and the installed controllers will not funcition with another vendors system. Only Siemens is able t provide service and programs the controllers already installed. 1These are "direct replacements" parts/components for existing equipment. _The panel and computer upgrades are replacing existing older equipment that the vendor will no longer support due to age of the equipment. 1The 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 new equipment must interface with the existing building management infrastructure already installed at the VA Ann Arbor Healthcare system, the sensors, temperature monitors and other devices must work with Siemens Software and Hardware Systems. The existing building management system is built around Siemens proprietary PPCL (Powers Process Control Language). In order to integrate into the existing system any new equipment must have a controls sequence written in the same language. 0The 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. 0An urgent and compelling need exists, and following the ordering procedures would result in unacceptable delays. (5) DESCRIBE WHY YOU BELIEVE THE ORDER REPRESENTS THE BEST VALUE CONSISTENT WITH FAR 8.4 TO AID THE CONTRACTING OFFICER IN MAKING THIS BEST VALUE DETERMINATION: This procurement represents the best value to the government because upgrading the system through the OEM vendor, given the proprietary nature software is cheaper that competing this procurement which might result in replacing all the controllers and all the other Siemens equipment already installed at the VAAAHS. (6) DESCRIBE THE MARKET RESEARCH CONDUCTED AMONG SCHEDULE HOLDERS AND THE RESULTS OR A STATEMENT OF THE REASON MARKET RESEARCH WAS NOT CONDUCTED: FSS and the internet were searched. GSA Schedule 246 01 Smart Building Systems Integrator, shows five vendors, Ameresco, C&C Sales, Siemens, Signet Technolgies, System Development. Only Siemens, the OEM vendor, is able to service and upgrade Siemens building monitoring equipment via an FSS Contract. (7) ANY OTHER FACTS SUPPORTING THE JUSTIFICATION: None (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: Should another requisition of this nature reoccur, we would undertake a new market survey. (9) REQUIREMENTS CERTIFICATION: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge. I understand that processing of this limited sources justification restricts consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. (This signature is the requestor's supervisor, fund control point official, chief of service or someone with responsibility and accountability.) SIGNATUREDATE NAMETITLESERVICE LINE/SECTION FACILITY (10) APPROVALS IN ACCORDANCE WITH THE VHAPM, Volume 6, Chapter VI: OFOC SOP: a. CONTRACTING OFFICER'S CERTIFICATION (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. CONTRACTING OFFICER'S SIGNATUREDATE ______________________________ NAME AND TITLEFACILITY b. Director of Contracting/DESIGNEE: I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. SIGNATUREDATE NAME NCO/PCO X Director of Contracting
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db0dc6c9347d3b696428d4b53e26bcdd)
 
Document(s)
Justification and Approval (J&A)
 
File Name: GS07F8728D VA251-15-F-0711 GS07F8728D VA251-15-F-0711_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1807220&FileName=GS07F8728D-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1807220&FileName=GS07F8728D-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03612496-W 20150111/150109234050-db0dc6c9347d3b696428d4b53e26bcdd (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 |
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.