BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Durham, North Carolina. Contact the soliciting agency for additional information.

2 5 Performance Work Statement Building Management Services Durham, NC VAMC Description of Work - Summary: The scope of this contract shall require the contractor service company to provide all material, shipping, handling, labor, supervision, coordination, travel, tools, and equipment needed to complete the contract requirements. This is a service contract to have the Department of Veterans Affairs Medical Center in Durham, North Carolina Building Management System optimized and upgraded and maintained in a professional manner. The contractor shall be able to update to the most up to date proprietary Siemens Building Automation software and products or sub-contract Siemens Industry, Building Technologies Division to provide these services. The contractor must also design, provide, support, and integrate to a redundant Building Management System comprised of non-vendor specific products that communicate via a native BACNET protocol. The existing Building Management System is primarily comprised of, but not limited to, Siemens Apogee software and Siemens Desigo CC. All computer related equipment and support required of the VA Medical Center Durham. The contract requirements must be coordinated and approved by the Office of Information and Technology. The scope of this contract is for a base year and four (4) option years. System Support & Diagnostics (Phone Based) System troubleshooting and diagnostics can be provided by phone support to provide faster response to emergency service requests and to reduce the costs and disruptions of downtime. The Service Account Engineer or Service Technician shall be available to provide support during normal business hours. If remote support determines a site visit is required to resolve the problem, a technician can be dispatched if approved. Onsite Response Services Emergency Onsite Response - The Contractor shall provide response to all emergency service requests based on the priority level communicated between VA staff and the Contractor to respond to emergencies. The Contractor shall maintain on-call technicians 24 / 7 / 365 and respond based on the Durham VAMC staff s priority level communication. All authorized emergency services shall be analyzed and handled accordingly. The Contractor shall always respond to high priority service requests onsite within 4 hours upon request. Building Automation System Software Updates Software Updates. The Contractor shall provide the latest version of the Desigo software as a part of this service agreement. The Contractor shall provide the Durham VAMC with software and documentation updates to the existing Desigo software annually as they become available. The Contractor shall include onsite training to familiarize the Durham VAMC with the new features and their associated benefits. Hardware Support. The Contractor shall provide support for two (2) servers, two (2) desktop computers, two (2) laptop computers running the Desigo CC software and meet the requirements set forth by the Durham VAMC Office of Information Technology. Under this agreement the Contractor shall include annual updates for: (1) Desigo CC Advanced Server, (4) four Desigo Client workstations, 10,000 Desigo CC Building Automation Point Licenses and (1) one P2 Desigo Driver License each year. Firmware Updates for (8) Apogee BLN / ALN Level Field Panels each year Differential Pressure Monitor Calibrations & Reports The Durham VAMC shall be able to annually verify that rooms with different pressure monitors (DPMs) or room pressure monitors (RPMs) are operating properly. There are 61 rooms with DPMs/RPMs at the Durham VAMC. All service shall be provided during normal business hours except for DPM/RPM services in the 8 Operating Rooms. Overtime services shall be included for DPM/RPM calibrations in the 8 Operating Rooms. The contractor shall verify and calibrate DPMs/RPMs to the required specification per room. Airflow direction shall be verified in 3 categories (positive, neutral and negative). The operation of the DPM/RPM shall be verified and adjusted (if required) for all categories. Proper operation of each DPM/RPM shall be verified including correct interface with the Siemens Desigo or Apogee Insight Graphical User Interface software as applicable. All findings shall be summarized in a formal report that shall be provided to the Durham VAMC. Under this agreement the Contractor shall include annual DPM/RPM calibrations. Any DPMs/RPMs that cannot be certified should be recommended for replacement by the Contractor and documented. Critical Terminal Box (Supply & Exhaust) Flow Measurement & Adjustments Contractor shall provide preventative maintenance in accordance with the program of routines as determined by equipment manufacturer. There are 117 rooms at the Durham VAMC that require Critical Terminal Box Flow Measurement and Adjustments. All service shall be provided during normal business hours except for Critical Terminal Box services in the 9 Operating Rooms. Overtime services shall be included for the 9 Operating Rooms. The Contractor shall be expected to work with the staff to find a suitable time to work on the critical rooms. Critical Terminal Box Flow Measurement & Adjustment includes: Verification of air flows Verification of damper operation Verification of hot water reheat valve operation Controls calibration as necessary Air Exchange Reporting Room Pressurization & Airflow Profile Testing There are 117 rooms at the Durham VAMC that require air exchange reporting. All service shall be provided during normal business hours except for Air Exchange Reporting in the 9 Operating Rooms. Overtime services shall be included for Air Exchange Reporting in the 9 Operating Rooms. Alnor or Shortridge NIST certified, and annually calibrated Flow Hood shall be used for flow measurement. A Contractor s technician shall physically measure the supply airflow at each grille and the exhaust airflow at each grille. Air exchanges shall be calculated and recorded. All findings shall be recorded in formal reports which shall be updated and transmitted to the Durham VAMC upon conclusion of the workday. Under this agreement the Contractor shall provide the following annual services: Apogee Panel Migrations Program The Apogee Panel Migrations Program shall consist of the following components: 3 panels per year 3 MBC to PXC Modular Migration Kits per year Complete installation for 3 panels per year Programming and database transfer for 3 panels per year Project management, design, start-up, programming, and commissioning Program may use existing conduit, wiring, and reuse existing valves, actuators, dampers, and end devices Site Specific Quarterly BMS Training Program Contractor shall prepare a curriculum and maintain records of individual participation for the duration of the service agreement. Contractor shall conduct training to assist Durham VAMC operators in identifying, verifying, and resolving problems found in executing tasks. Training sessions shall develop, review, and reinforce the needs of the Durham VAMC operators and the facility. Onsite Building Automation Service Technician Flextime Program Provide 156 customer-directed days of routine support per year during normal business hours (Monday through Friday, 0730-1600). Provide 8 customer-directed days of after-hours support of the Operating Rooms and associated equipment. Onsite support shall be provided by experienced technicians approved by the Durham VAMC. Common services include, but are not limited to, the following: Building performance review and adjustments Report generation and customization System customization / Energy management enhancements Enhanced alarm programming Enhanced sequence modifications Desigo and/or Insight graphics modifications Special projects Business protection and recovery services Critical Spare Parts Management Program Contractor shall include $10,500 for critical spare parts each year. Contractor to handle the ordering and delivery of all critical parts as approved by the Durham VAMC. Contractor shall track the status of the spare parts program throughout contract duration. Quarterly report shall be provided on status of spare parts program. Under this agreement the Contractor shall provide the following general services: Emergency services response Contractor shall maintain emergency response capabilities 24/7/365. Upon receiving notification of an emergency, Contractor shall work with Durham VAMC to determine the priority level required and respond accordingly. Emergency onsite response technician on call 24/7/365 Contractor shall maintain on-call technicians 24/7/365 to respond based on Durham VAMC determined priority level. Emergency services to be handled per contract coverage. Labor pricing Contractor shall provide a labor rate schedule to the Durham VAMC for any additional labor requests. Material pricing Contractor shall provide a material pricing schedule to the Durham VAMC for any additional material requests. Dedicated service program management Contractor shall maintain a dedicated service program manager, approved by the Engineering Service, who shall serve as the point of contact for the Durham VAMC staff. The Department of Veteran Affairs is working toward an open protocol operating system The Contractor must work toward a reliable operating system that shall be able to able to integrate to newer products with flexibility. The V.A. is a hospital where Veterans are cared for and the company must understand that we do not take this care lightly. We expect the highest quality of service from the contractor. General Requirements Badges will be issued by the COR and must be always worn while working on premises. The vendor s employees shall not enter the work site without appropriate badge. They may also be subject to inspection of their personal effects when entering or leaving the project site. The On-site employees of the vendor and all Subcontractors shall apply for their PIV Badges in order to gain access to the facilities. Lost badges shall be reported immediately to the COR and the Contractor shall be responsible paying for the process to gain a new badge. Competent, experienced, licensed, or certified workers shall perform crafts requiring specialized skills. Normal working hours shall be used to complete this contract unless otherwise indicated. Normal working hours shall be 7:30 AM to 4:00 PM, Monday through Friday Federal Holidays or any other Holiday designated by the President of the United States excluded. For working outside the normal working hours as defined in this contract, the vendor shall give 3-day notice to the Contracting Officer so that arrangements can be provided for the employees. This notice is separate from any notices required for utility shutdown described later in this section. No photography of VA premises is allowed without written permission of the Contracting Officer. The 11 holidays observed by the Federal Government are: New Year s Day Birthday of Martin Luther King, Jr. Washington s Birthday Memorial Day Juneteenth National Independence Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day Execute work to interfere as little as possible with normal functioning of Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. Use of equipment and tools that transmit vibrations and noises through the building structure, are not permitted in buildings that are occupied jointly by patients or medical personnel, and Contractor s personnel, except as permitted by COR where required by limited working space. No utility service such as water, gas, steam sewers or electricity, or fire protection systems and communications systems may be interrupted without prior approval of COR. Electrical work shall be accomplished with all affected circuits or equipment de energized. When an electrical outage cannot be accomplished, work on any energized circuits or equipment shall not commence without the Medical Center Director s prior knowledge and written approval. The vendor shall submit a request to interrupt any such services to COR, in writing, 48 hours in advance of proposed interruption. Request shall state reason, date, exact time of, and approximate duration of such interruption. VA reserves the right to close or shut down the project site and order the vendor s employees off the premises in the event of a national or Durham VA emergency. The vendor may return to the site only with the written approval of the Contracting Officer. Site and Building Access: Maintain free and unobstructed access to facility emergency services and for fire, police, and other emergency response forces in accordance with NFPA 241. Means of Egress: Do not block exiting for occupied buildings, including paths from exits to roads. Minimize disruptions and coordinate with COR. Hot Work: Perform and safeguard hot work operations in accordance with NFPA 241 and NFPA 51B. Coordinate with COR. Obtain permits from facility Safety Manager at least 24 hours in advance. All Buildings shall be occupied during performance of work. Contractor shall take all measures and provide all material necessary for protecting existing equipment and property in affected areas against dust and debris, so that equipment and affected areas to be used in the Medical Centers operations shall not be hindered. Coordinate alteration work in areas occupied by Department of Veterans Affairs so that Medical Center operations shall continue during the installation period. The contractor shall maintain neat and orderly work areas and shall clean area of debris and rubbish daily and dispose of waste materials offsite per hospital policies. The contractor shall provide a dumpster if it is determined to be necessary and shall work with the COR in advance for a spot-on site to establish the dumpster. Establish and maintain a dust control program as part of the vendor s infection preventive measures in accordance with the guidelines provided as specified here. Prior to start of work, prepare a plan detailing project-specific dust protection measures, including periodic status reports and submit to COR for review a minimum of two weeks prior to the start of work at each site. All personnel involved in the installation or renovation activity shall be educated and trained in infection prevention measures established by the medical center. In general, the following preventive measures shall be adopted during installation of new equipment to keep down dust and prevent mold. Dampen debris to keep down dust and provide temporary construction partitions in existing structures where directed by COR. Blank off ducts and diffusers to prevent circulation of dust into occupied areas during construction. Do not perform dust producing tasks within occupied areas without the approval of the COR. Provide dust proof one-hour fire-rated temporary drywall barriers to completely separate installation work that may result in dust generation from the operational areas of the hospital in order to contain dirt debris and dust. Barriers shall be sealed and made presentable on hospital occupied side. Install a self-closing rated door in a metal frame, commensurate with the partition, to allow worker access. Always maintain negative air. A fire-retardant polystyrene, 6-mil thick or greater plastic barrier needing local fire codes may be used where dust control is the only hazard, and an agreement is reached with the COR and Medical Center. All work shall be performed in full accordance with applicable local and Federal regulations. All equipment and installation shall conform to the recommendations of ASHREA, National Fire Protection Association (NFPA), plumbing and mechanical codes, and National Electrical Code (NEC). No departures from specification requirements shall be permitted without written approval. The Supplier shall use good safety practices while working. All hardware should be installed in such a manner to minimize damage and maximize patient and employee safety. All equipment and procedures shall conform to OSHA, NEMA, and ANSI Standards and conform to the Standard Building Code and the Standard Mechanical Code. All installations for the Durham VAMC shall conform to VARR and FAR standards. The contractor shall provide all labor and materials necessary for any site work including but not limited to electrical conduit with pull strings, back boxes, raceways, core drilling, concrete patching, and painting. Minimum of A 3/4 conduit shall be approved to be used for installation. All new cabling and wiring shall be pulled in conduit. New work shall be installed and connected to existing work nearly, safely, and professionally. Disturbed or damaged work shall be replaced or repaired to its prior conditions. All items furnished shall be free from defects that would adversely affect the performance, maintainability and appearance of individual components and overall assembly. Where the Government determines that the vendor has installed equipment not conveniently accessible for operation and maintenance, equipment shall be removed, and reinstalled or remedial action performed as directed at no additional cost to the Government. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. Access to VA information and VA information systems. A contractor / subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. The contractor at the contractor s expense shall be required to attend the following training courses to meet the requirements set forth for privacy on site. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems. Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems. Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training. Successfully complete the appropriate VA privacy training and annually complete required privacy training. Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] Contractor shall complete Compliance Awareness Training as prescribed in the FAR. The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. The contractor shall not be allotted any parking permits for onsite parking. All vehicles shall have to have a parking permit assigned by the COR for off-site parking located up to 4 blocks from the facility. If work is needed to be performed outside of normal working hours, the contractor shall be responsible to checking in with the VA Police to request permission to park on site as designated by the VA Police. The contractor shall provide all software, access keys or codes, or any external devices that may be required for the operation, calibration, or repair of the equipment purchased. The contractor shall provide written certification that all contract employees assigned to the work site have had a pre-placement tuberculin screening within 90 days prior to assignment to the worksite and been found to have negative TB screening. Contractors shall be required to show documentation of negative TB screening for any additional workers who are added after the 90-day requirement before they shall be allowed to work on the work site. Per contract, TB screening shall be required for renewal every year after the first submission. This screening can be a medical screening from your provider, the Center for Disease Control and Prevention and two-step skin testing or a Food and Drug Administration (FDA) approved blood test. Contract employees manifesting positive TB screening must be examined according to current guidelines prior to working on the VHA property. If the employee is found without evidence of active (infectious) pulmonary TB, a statement documenting examination by a physician must be on file with the employer (construction contractor), noting the employee with a positive tuberculin screening is without evidence of active (infectious) pulmonary TB. If the employee is found with evidence of active (infectious) pulmonary TB, the employee would require treatment with a subsequent statement to the fact on file with the employer before being allowed to return to work on VHA property. All contractors shall submit for PIV badges no less than 21 days prior to starting work. Contractor shall request badge applications from the COR. All contractors shall wear their badge so that easily viewed at all times while on-site unless determined unsafe during temporary activities. If PIV badges are not provided by the VAMC, then the contractor shall provide badges. It is required that they be photo ID badges, laminated, showing company and employee name with and expiration date no more than 12 months away if a PIV is not present. ATTACHED TASK LISTS Desigo CC/Apogee Insight Server Software Analysis and Optimization Task List Run defrag utility and optimize hard drive Run check disk and correct chain and cluster issues Review with Durham VAMC user accounts and access levels Update as requested by Durham VAMC Review recent changes in database editing log with customer Verify that PC is enabled as a mass storage device Assign a backup mass storage device if multiple PC s Review with customer any pending database changes Downline load as appropriate Verify latest Insight DB is loaded into all network PCs Make corrections as needed Building Automation Network Analysis and Optimization Task List Record PC name/location Perform an ATOMBACK Verify access to all passwords and other relevant information Notify all individuals requiring advance knowledge of service Verify if existing issues with any app besides Insight Defrag page file to consolidate virtual memory Run defrag utility and optimize hard drive Ensure latest Apogee revision is installed Verify all necessary hot fixes are installed Verify the latest windows service pack is installed Review with Durham VAMC user accounts and access levels Update as required Review recent changes in database editing log with Durham VAMC Verify that PC is enabled as a mass storage device Review with the Durham VAMC any pending database changes Downline load as appropriate Verify only necessary network services are installed Verify and delete services not needed Verify proper Insight ASYNCSVC service per application Verify Insight cross trunk service: ONLY IF > 1 BLN Verify Insight EVENTLOGSVC service is installed and operating Disable Insight EVENTPRTSVC service if no printer on PC Verify Insight Global Table Service is installed and operating Verify Insight LOADERSVC SERV is installed and operating Verify Insight SCHEDULERSVC service is installed and operating Verify OBJECTIVITY AMS service is installed and operating Verify OBJECTIVITY LOCK server is installed and operating Verify NETSENTINEL service is enabled for any server PC Ensure that the PC has the recommended minimum RAM Correct slow graphics due to backgrounds Run the event viewer utility View errors logged with Windows operating system Correct apps or services causing the log entries Run Windows Task Manager to track system performance issues Eliminate 3-D screen savers to optimize processor time Reboot the PC Back up any changes made Transfer database to external media The method of contractor has not determined at this time.

Conceptual

Military

Public - Federal

Service, Maintenance and Supply

Our team is requesting plans for this project.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
206
Active Projects
121
Bidding Soon
1,794
All Active Projects
769
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

October 13, 2023

img_map_placeholder

508 Fulton St, Durham, NC


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.