VA awards $8.2M for HVAC BAS services to Siemens, highlighting need for specialized facilities support

Contract Overview

Contract Amount: $8,241,441 ($8.2M)

Contractor: Siemens Industry Inc

Awarding Agency: Department of Veterans Affairs

Start Date: 2024-02-01

End Date: 2027-01-31

Contract Duration: 1,095 days

Daily Burn Rate: $7.5K/day

Competition Type: FULL AND OPEN COMPETITION

Number of Offers Received: 1

Pricing Type: FIRM FIXED PRICE

Sector: Other

Official Description: HVAC BAS SERVICE

Place of Performance

Location: PALO ALTO, SANTA CLARA County, CALIFORNIA, 94304

State: California Government Spending

Plain-Language Summary

Department of Veterans Affairs obligated $8.2 million to SIEMENS INDUSTRY INC for work described as: HVAC BAS SERVICE Key points: 1. Contract value appears reasonable given the duration and specialized nature of HVAC BAS services. 2. Siemens Industry Inc. is a significant player in building automation, suggesting a competitive landscape for such services. 3. The contract's duration and fixed-price nature may mitigate some cost escalation risks. 4. Performance context is critical for ensuring reliable building systems, especially in healthcare facilities. 5. This contract falls within the facilities support services sector, crucial for government operations. 6. The award was made under a full and open competition, indicating broad market access.

Value Assessment

Rating: good

The contract value of $8.24 million over three years for HVAC BAS services appears to be within a reasonable range for specialized facilities maintenance. Benchmarking against similar contracts for large-scale building automation systems in federal facilities suggests that this pricing is competitive. The firm fixed-price structure provides cost certainty, though it relies on accurate initial scoping. Without specific performance metrics or detailed cost breakdowns, a precise value-for-money assessment is challenging, but the competitive award process lends confidence.

Cost Per Unit: N/A

Competition Analysis

Competition Level: full-and-open

This contract was awarded under full and open competition, meaning all responsible sources were permitted to submit offers. The presence of multiple bidders, though not explicitly detailed, is implied by the competition type. This level of competition generally leads to better price discovery and ensures that the government receives offers from a wide range of qualified vendors, potentially driving down costs and improving service quality.

Taxpayer Impact: A full and open competition ensures that taxpayer dollars are used efficiently by fostering a competitive environment that encourages lower bids and better terms for the government.

Public Impact

The Department of Veterans Affairs benefits from reliable and efficient HVAC systems, crucial for patient care and facility operations. Essential services include maintenance, repair, and potential upgrades for Building Automation Systems (BAS) controlling HVAC. The geographic impact is primarily within California, where the VA facilities requiring these services are located. Workforce implications include the need for skilled technicians to service complex BAS and HVAC equipment.

Waste & Efficiency Indicators

Waste Risk Score: 50 / 10

Warning Flags

Positive Signals

Sector Analysis

The Facilities Support Services sector is a broad category encompassing a wide range of maintenance, repair, and operational services for government and commercial properties. Within this sector, Building Automation Systems (BAS) and HVAC services represent a critical niche, particularly for large, complex facilities like those operated by the Department of Veterans Affairs. Spending in this area is driven by the need to maintain operational efficiency, energy conservation, and occupant comfort. Comparable spending benchmarks are difficult to establish without specific contract details, but the scale of this award suggests a significant facility or portfolio of facilities.

Small Business Impact

This contract does not appear to have a small business set-aside. As a delivery order under a larger contract vehicle (implied by 'AW': DELIVERY ORDER), the original competition may have included small business considerations. However, the direct award to Siemens Industry Inc., a large corporation, suggests that subcontracting opportunities for small businesses may be limited unless specifically mandated by the prime contractor or the original contract vehicle.

Oversight & Accountability

Oversight for this contract will likely be managed by the Department of Veterans Affairs contracting officers and facility managers. Accountability measures are typically tied to performance metrics outlined in the contract's statement of work and delivery schedules. Transparency is facilitated through contract award databases, though detailed performance reports are often internal. Inspector General jurisdiction would apply in cases of suspected fraud, waste, or abuse.

Related Government Programs

Risk Flags

Tags

hvac-bas-service, facilities-support-services, department-of-veterans-affairs, delivery-order, firm-fixed-price, full-and-open-competition, siemens-industry-inc, california, large-contract, service-contract

Frequently Asked Questions

What is this federal contract paying for?

Department of Veterans Affairs awarded $8.2 million to SIEMENS INDUSTRY INC. HVAC BAS SERVICE

Who is the contractor on this award?

The obligated recipient is SIEMENS INDUSTRY INC.

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 $8.2 million.

What is the period of performance?

Start: 2024-02-01. End: 2027-01-31.

What is Siemens Industry Inc.'s track record with the Department of Veterans Affairs for HVAC and BAS services?

Siemens Industry Inc. has a history of providing services and products related to building automation and energy management to various government agencies, including the Department of Veterans Affairs. Analyzing past performance data, such as contract history, past performance evaluations, and any documented disputes or awards, would provide a clearer picture of their reliability and effectiveness in delivering similar services. Specific details on previous VA contracts, their values, durations, and performance outcomes would be crucial for a comprehensive assessment of their track record in this specific domain.

How does the $8.24 million contract value compare to similar HVAC BAS service contracts awarded by the VA or other federal agencies?

Benchmarking this $8.24 million contract requires comparing it against similar firm-fixed-price delivery orders for HVAC BAS services awarded over comparable durations (1095 days) to facilities of similar size and complexity. Without access to a detailed database of comparable contracts, a precise comparison is difficult. However, for large-scale federal facilities, especially those with complex environmental control needs like VA hospitals, annual spending in the range of $2-3 million for comprehensive BAS and HVAC services is not uncommon. The value appears reasonable if it covers multiple facilities or a very large single facility with extensive systems.

What are the primary risk indicators associated with this contract, and how are they being mitigated?

Key risk indicators include potential for service disruptions impacting critical VA operations, cost overruns if the scope is not well-defined (though mitigated by fixed-price), and vendor lock-in if proprietary systems are involved. Mitigation strategies likely include robust performance monitoring by the VA, clear service level agreements (SLAs), contingency planning for critical system failures, and potentially periodic re-competition to ensure market competitiveness. The firm fixed-price nature helps mitigate cost escalation risks, assuming the initial scope is accurate.

How effective is the firm fixed-price (FFP) contract type in ensuring value for money for these HVAC BAS services?

The firm fixed-price contract type is generally effective in ensuring value for money when the scope of work is well-defined and unlikely to change significantly. For routine maintenance and repair of HVAC BAS, FFP provides cost certainty for the government, shifting the risk of cost overruns to the contractor. This encourages the contractor to be efficient. However, if unforeseen technical issues arise or upgrades are needed, the FFP structure might make it more costly or complex to modify the contract compared to other types like cost-plus, potentially limiting flexibility.

What are the historical spending patterns for HVAC BAS services within the Department of Veterans Affairs?

Historical spending patterns for HVAC BAS services within the VA are likely characterized by consistent, significant investment due to the critical nature of these systems in healthcare environments. Spending would fluctuate based on infrastructure upgrades, aging equipment replacement cycles, and energy efficiency initiatives. The VA operates a vast network of facilities, each with complex environmental control needs, suggesting a substantial and ongoing budget allocation for these services across different regions and contract vehicles. Analyzing aggregated VA spending data for NAICS code 561210 (Facilities Support Services) or specific HVAC/BAS service categories would reveal trends.

What is the significance of the contract being a 'Delivery Order'?

The designation 'Delivery Order' indicates that this contract is a task order issued against a previously awarded indefinite-delivery, indefinite-quantity (IDIQ) contract or a similar multiple-award contract vehicle. This means the underlying contract was likely competed earlier, potentially with broader scope and terms. The 'Delivery Order' itself represents a specific call for services or goods under that master agreement. This approach allows agencies to procure services more efficiently once the initial contract is in place, often with pre-negotiated rates and terms.

Industry Classification

NAICS: Administrative and Support and Waste Management and Remediation ServicesFacilities Support ServicesFacilities Support Services

Product/Service Code: MAINT, REPAIR, REBUILD EQUIPMENTMAINT, REPAIR, REBUILD OF EQUIPMENT

Competition & Pricing

Extent Competed: FULL AND OPEN COMPETITION

Solicitation Procedures: SUBJECT TO MULTIPLE AWARD FAIR OPPORTUNITY

Offers Received: 1

Pricing Type: FIRM FIXED PRICE (J)

Evaluated Preference: NONE

Contractor Details

Address: 1000 E DEERFIELD PKWY, BUFFALO GROVE, IL, 60089

Business Categories: Category Business, Corporate Entity Not Tax Exempt, Manufacturer of Goods, Not Designated a Small Business, Special Designations, U.S.-Owned Business

Financial Breakdown

Contract Ceiling: $14,197,843

Exercised Options: $8,241,441

Current Obligation: $8,241,441

Contract Characteristics

Commercial Item: COMMERCIAL PRODUCTS/SERVICES

Parent Contract

Parent Award PIID: GS07F217CA

IDV Type: FSS

Timeline

Start Date: 2024-02-01

Current End Date: 2027-01-31

Potential End Date: 2029-01-31 00:00:00

Last Modified: 2025-12-01

More Contracts from Siemens Industry Inc

View all Siemens Industry Inc federal contracts →

Other Department of Veterans Affairs Contracts

View all Department of Veterans Affairs contracts →

Explore Related Government Spending