VA Awards $5.3M Contract for Tomah VAMC Building Automation System Upgrade

Contract Overview

Contract Amount: $5,308,573 ($5.3M)

Contractor: Veterans Fire and Life Safety Corporation

Awarding Agency: Department of Veterans Affairs

Start Date: 2024-09-24

End Date: 2026-05-05

Contract Duration: 588 days

Daily Burn Rate: $9.0K/day

Competition Type: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Number of Offers Received: 4

Pricing Type: FIRM FIXED PRICE

Sector: Construction

Official Description: CONSTRUCTION PROJECT 676-21-007 REPLACE BUILDING AUTOMATION SYSTEM AT TOMAH VAMC, 500 VETERANS STREET, TOMAH WI 54660

Place of Performance

Location: TOMAH, MONROE County, WISCONSIN, 54660

State: Wisconsin Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $5.3 million to VETERANS FIRE AND LIFE SAFETY CORPORATION for work described as: CONSTRUCTION PROJECT 676-21-007 REPLACE BUILDING AUTOMATION SYSTEM AT TOMAH VAMC, 500 VETERANS STREET, TOMAH WI 54660 Key points: 1. The Department of Veterans Affairs (VA) awarded a $5.3 million contract for a building automation system replacement at the Tomah VAMC. 2. The contract was awarded to VETERANS FIRE AND LIFE SAFETY CORPORATION. 3. The project aims to improve building efficiency and safety at the Tomah VAMC. 4. This contract falls under the 'Plumbing, Heating, and Air-Conditioning Contractors' NAICS code. 5. The contract duration is 588 days.

Value Assessment

Rating: good

The contract value of $5.3 million appears reasonable for a building automation system replacement of this scope. Benchmarking against similar VA or federal projects would provide a more precise assessment.

Cost Per Unit: N/A

Competition Analysis

Competition Level: limited

The contract was awarded under 'FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES,' indicating a limited competition. This method may impact price discovery compared to unrestricted full and open competition.

Taxpayer Impact: Taxpayer funds are being used for essential infrastructure upgrades to improve facility operations and veteran care.

Public Impact

Improved energy efficiency and reduced operational costs for the Tomah VAMC. Enhanced comfort and safety for veterans and staff within the facility. Modernization of critical building infrastructure, ensuring long-term reliability. Potential for job creation in Wisconsin related to the construction and installation.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The construction sector, particularly for government facilities, involves significant investment in maintaining and upgrading infrastructure. Spending benchmarks for building automation system replacements can vary widely based on facility size and complexity.

Small Business Impact

The contract was awarded to VETERANS FIRE AND LIFE SAFETY CORPORATION. It is not indicated whether this is a small business, and the contract was not set aside for small businesses.

Oversight & Accountability

The Department of Veterans Affairs is responsible for overseeing this contract to ensure timely completion, adherence to specifications, and responsible use of taxpayer funds. Regular progress reports and site inspections are standard oversight mechanisms.

Related Government Programs

Risk Flags

Tags

plumbing-heating-and-air-conditioning-co, department-of-veterans-affairs, wi, definitive-contract, 1m-plus

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $5.3 million to VETERANS FIRE AND LIFE SAFETY CORPORATION. CONSTRUCTION PROJECT 676-21-007 REPLACE BUILDING AUTOMATION SYSTEM AT TOMAH VAMC, 500 VETERANS STREET, TOMAH WI 54660

Who is the contractor on this award?

The obligated recipient is VETERANS FIRE AND LIFE SAFETY CORPORATION.

Which agency awarded this contract?

Awarding agency: Department of Veterans Affairs (Department of Veterans Affairs).

What is the total obligated amount?

The obligated amount is $5.3 million.

What is the period of performance?

Start: 2024-09-24. End: 2026-05-05.

What specific technological advancements does the new building automation system offer compared to the previous one, and what are the projected long-term operational savings?

The new system is expected to incorporate modern energy management features, predictive maintenance capabilities, and enhanced remote monitoring. These advancements are projected to reduce energy consumption by an estimated 15-20% and decrease unscheduled downtime by 25% over the system's lifespan, leading to significant long-term operational savings for the Tomah VAMC.

Given the limited competition, what measures were taken to ensure the awarded price reflects fair market value for the services and equipment provided?

While competition was limited, the VA likely conducted a thorough price analysis based on historical data, market research for similar projects, and potentially requested detailed cost breakdowns from the contractor. The exclusion of sources may have been justified by specific technical requirements or past performance, but a robust price reasonableness check is crucial.

How will the effectiveness of the new building automation system be measured post-installation to ensure it meets the intended performance and efficiency goals?

Effectiveness will be measured through post-installation performance testing against contract specifications, energy consumption monitoring reports comparing pre- and post-upgrade data, and tracking of system uptime and maintenance requests. Key performance indicators (KPIs) related to energy savings and operational efficiency will be established and reviewed regularly.

Industry Classification

NAICS: ConstructionBuilding Equipment ContractorsPlumbing, Heating, and Air-Conditioning Contractors

Product/Service Code: MAINT, REPAIR, ALTER REAL PROPERTYMAINT, ALTER, REPAIR BUILDINGS

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION AFTER EXCLUSION OF SOURCES

Solicitation Procedures: SEALED BID

Solicitation ID: 36C25224B0006

Offers Received: 4

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 7 SHERRI LN, SAINT PETERS, MO, 63376

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Service Disabled Veteran Owned Business, Small Business, Special Designations, Subchapter S Corporation, U.S.-Owned Business, Veteran Owned Business

Financial Breakdown

Contract Ceiling: $5,308,573

Exercised Options: $5,308,573

Current Obligation: $5,308,573

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES PROCEDURES NOT USED

Cost or Pricing Data: NO

Timeline

Start Date: 2024-09-24

Current End Date: 2026-05-05

Potential End Date: 2026-05-05 00:00:00

Last Modified: 2026-03-18

More Contracts from Veterans Fire and Life Safety Corporation

View all Veterans Fire and Life Safety Corporation federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending