Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

Z -- Replace Uninterruptible Power System, B3, JC

Notice Date
4/7/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;VA Medical Center;VISN 15 Contracting;#1 Jefferson Barracks Drive;St. Louis, MO 63125-4199
 
ZIP Code
63125-4199
 
Solicitation Number
VA-255-10-RP-0167
 
Archive Date
5/28/2010
 
Point of Contact
Pat Czajkowski314-894-6575
 
E-Mail Address
pauline.czajkowski@va.gov
(pauline.czajkowski@va.gov)
 
Small Business Set-Aside
N/A
 
Award Number
VA255-C-1062
 
Award Date
3/29/2010
 
Description
Justification for Other Than Full & Open Competition(REF: FAR 6.303) 1.Identification of Agency and Contracting Activity VISN 15 Contracting Section, Construction/A-E Team (10N15-90) 2.Nature/Description of Action SDVOSB Sole-Source Construction Contract. 3.Description of Supplies/Services Replace Uninterruptable Power System, Building 3 as identified under project Number 657-10-108JC at the St. Louis, Missouri, VAMC. Estimated Value: $296,000.00 4.Identification of Statutory Authority ( ) 41 U.S.C. 253 (c) (1) Only One Responsible Source ( ) 41 U.S.C. 253 (c) (2) Unusual and Compelling Urgency ( ) 41 U.S.C. 253 (c) (3) Industrial, Mobilization, Engineering, Developmental, or Research Capability or Expert Services ( ) 41 U.S.C. 253 (c) (4) International Agreement (X) 41 U.S.C. 253 (c) (5) Authorized or Required by Statute ( ) 41 U.S.C. 253 (c) (6) National Security ( ) 41 U.S.C. 253 (c) (7) Public Interest 5.Rationale in support of citation in Paragraph 4 above: a.Description of contractor and or of acquisition action that demonstrates that the proposed contractors unique qualifications or the nature of the acquisition requires use of the authority cited: The estimated dollar amount is: (1) over the SAP Threshold; (2) under $5 Million; and (3) under the SBA Small Business Threshold of $31.5 Million. On that basis, this project is a good candidate for a SDVOSB Sole-Source as authorized by the Veterans First Contracting Program (VAAR Part 819.7007). b.Efforts made to ensure that offers are solicited from as many potential sources as practical: (N/A) c.If the Sole Source Exception (c) (1) was chosen, state the date of synopsis or the basis for waivers. (N/A) d. If the Urgency Exception was chosen and this J&A was prepared after the procurement action was carried out, state the reasons. (N/A) The above acquisition will be negotiated with: CJMS CONSTRUCTION LLC 7300 Michigan Avenue St. Louis, MO 63111-2819 POC: JIM BROWDY PHONE: 314-808-5872 6.Determination of a Fair and Reasonable Cost The Contracting Officer determines that the anticipated cost to the government will be fair and reasonable because a complete analysis of all costs or a price analysis will be fully utilized prior to award of the contract. Note: The resulting Price Negotiation Memorandum (PNM) will document this for the contract file. 7.Description of market survey and any interested sources. If no market survey was conducted, state the reason. The firm selected for the SDVOSB sole-source negotiated award is CJMS CONSTRUCTION LLC. This firm has been in business since June 11, 2007 and has successfully provided construction services specifically to the Department of Veterans Affairs, Medical Centers for VISN 15 in St. Louis, Missouri. They have an adequate bonding capability for a project of this size. They have demonstrated their responsibility, quality of workmanship and skills to provide the necessary services for a project of this size and complexity. The Contracting Officer has confirmed the contractors experience and capability. The Presolicitation Announcement, Notice of Intent, Not a Request for Proposal was successfully submitted to FBO on 01-13-2010. Firm is listed in VetBizOpps. 8.Additional Support for the use of other than full and open competition: a. Explanation of why technical data, specifications, engineering descriptions, statement of work or purchase descriptions suitable for full open and competition have not been developed or are not available: NA b. When the sole source exception is used in the case of a follow-on acquisition, provide an estimate of the cost that would be duplicated and describe how the estimate was derived if the contract is awarded to other than the incumbent: N/A c. When the urgency exception is cited provide the data, estimate of cost or other rationale as to the extent of harm to the government if the contract is not awarded expediently: N/A 9.Sources expressing an interest: N/A 10. Actions, if any, being taken to remove barriers to full and open competition: N/A (Authorized by statute) 11. Delivery Requirements: Completion within 120 calendar days of NTP for Construction Phase. 12. Acquisition Plan: An Acquisition Plan ( ) is (X) is not required for this acquisition. 13. IT Approval: IT Approval ( ) is (X) is not required for this acquisition. If it is, include appropriate approvals. Contracting Officers Certification The Contracting Officer has determined that the justification is accurate and complete to the best of the Contracting Officer's knowledge and belief. /s/ Pauline D. Czajkowski Pauline D. Czajkowski 01/08/2010 Contracting Officer Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA-255-10-RP-0167/listing.html)
 
Record
SN02114960-W 20100409/100407234925-b623a2283bce347790a0414d50b2fae4 (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.