Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2010 FBO #3031
DOCUMENT

12 -- BLDG 163 Sprinkler service and repair - Justification and Approval (J&A)

Notice Date
3/11/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Veterans Affairs;Central Texas Veterans HCS;1901 S. 1st Street;Temple TX 76504
 
ZIP Code
76504
 
Archive Date
5/9/2010
 
Point of Contact
Steven P. Moya
 
E-Mail Address
steven.moya@va.gov
(steven.moya@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
GS06F0054N VA674C00332
 
Award Date
3/10/2010
 
Description
Limited sources justification and approval674-10-2-5265-0561 1.This is a limited sources justification from: Central Texas Veterans Health Care System 1901 Veterans Memorial Drive Temple, TX 76504 Under the authority of the Multiple Award Schedule Program, pursuant to 8.401 of the Federal Acquisition Regulation (FAR). The Contracting Activity responsible for this action is: VHACTX 2. Nature and/or description of the action: The action being approved is to conduct extensive Fire Sprinkler System repairs, maintenance and installs in building 163 at the Temple, TX VHACTX facility in accordance with the Scope of Work (SOW). This will be a Firm Fixed Price order against GSA contract GS-06F-0054N. Due to this system being directly related to patient and team safety this order is considered urgent and compelling. In addition, sublet work associated with this action is determined pre-existing as such repairs/corrections are not covered under the current Simplex/Grinnell contract. 3. A description of the supplies or services required to meet the agency's needs (including the estimated value): All materials required for this action will be under GSA schedule54N and are defined in the SOW. Estimated Value is $190,000 USD. 4. An identification of the statutory authority permitting other than full and open competition. FAR 8.405-6(b)(3) An urgent and compelling need exists. 5. A demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. VHACTX Base Loop Fire Alarm Control Panels in Waco and Temple are manufactured by Simplex/Grinnell and are proprietary systems, as a result the Simplex/Grinnell protocol cannot be maintained or tested by any other perspective contractor. As a proprietary Fire Alarm Control Panel, the system and software can only be programmed and modified by the manufacturer representative who has been certified and factory trained on that system. In addition the technician will be utilizing original equipment manufacturer (OEM) proprietary software. 5. CONTINUED The fire sprinkler system work to be performed under this order must interface with the Simplex/Grinnell Fire Alarm systems installed in VHACTX facilities, building 163 and 204 in order to interface with OEM current systems. Failure to interface will compromise the system integrity and could result in failure to identify and or extinguish fires. 6. A description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a notice was or will be publicized as required by Subpart 5.2 and, if not, which exception under 5.202 applies. Due to the proprietary nature of the service, system interfaces and warranty, the work will be solicited to the local authorized Simplex/Grinnell merchant. By default no other offers are able to be solicited. Requirement will be posted on the Federal Business Opportunities search engine FedBizOpps.gov. 7. A determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. The Contracting Officer hereby determines that this action represents the best value to the Government in accordance FAR 8.404(d) in that these actions will be fair and reasonable and in accordance with GSA contract. 8. A description of the market research conducted (see Part 10) and the results or a statement of the reason market research was not conducted. Market research identified that due to proprietary nature of the service, system interface and warranty issues, the work will be solicited to the local authorized Simplex/Grinnell dealer. Market research has indicated no other authorized suppliers. 9. Any other facts supporting the use of other than full and open competition, such as: None 10. A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. None 11. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. None. The requirements of NFPA 72 National Fire Alarm Code, NFPA 13/25 Water-Based Fire Protection Systems, NFPA Life Safety Code, and the current utilization of Simplex/Grinnell proprietary fire alarm systems to include the common Base Loop system which must be of one system and cannot be intermixed. 12. Certification requirement: (Technical/requirements personnel must certify). I certify the supporting data, including the statement of the Government's minimum needs and other rationale for other than full and open competition is complete and accurate to the best of my knowledge. Signature of Technical/ Date Requirements Representative This justification is accurate and complete to the best of the contracting officer's knowledge and belief. Contracting Officer Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6691e5b930515d9f0ae815f62ba528c9)
 
Document(s)
Justification and Approval (J&A)
 
File Name: GS06F0054N VA674C00332 GS06F0054N VA674C00332_1.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=107729&FileName=GS06F0054N-001.DOC)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=107729&FileName=GS06F0054N-001.DOC

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02089787-W 20100313/100311235149-6691e5b930515d9f0ae815f62ba528c9 (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.