Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

J -- Sole Source procurement for Biotech Recycler

Notice Date
8/23/2010
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Augusta VA Medical Center;Network Logistics Contracting Office;1 Freedom Way;Augusta GA 30904-6285
 
ZIP Code
30904-6285
 
Solicitation Number
VA24710RP0288
 
Archive Date
9/22/2010
 
Point of Contact
Iridious T. Ruise
 
E-Mail Address
us.ruise@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Justification for Other Than Full and Open Competition (JOFOC) Document: The following Justification for Other than Full and Open Competition is prepared in accordance with Federal Acquisition Regulation (FAR) Part 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements and the Department of Veterans Affairs Acquisition Regulation (VAAR) 806.304. 1. Agency Identification: Department of Veterans Affairs (509) VA MEDICAL CENTER AUGUSTA GA. One Freedom Way Augusta, GA 30904-6285 2. Description of Action Being Approved: This Justification for Other than Full and Open Competition comes as a result of a request to provide preventive maintenance repair and services to CBG Biotech Solvent Recyclers at Charlie Norwood VA Medical Center, Augusta GA. 30904. The solvent recycler system is used by the Charlie Norwood Medical Center. Request to purchase sole source from CBG Biotech Inc a small business company located at 2211 Lake Club Dr. suite 205, Columbus OH, 43232The price is estimated to be $19,064.00 dollars for a base year and 4 option periods. CBG Biotech has performed the same work on the original system since 2005. 3. Description of Services: The contractor shall provide full service maintenance and repair services to include all labor, travel, and parts (including all probes and transducers) necessary to maintain the listed equipment in operational condition according to manufacturer's specifications. The contractor shall perform one (1) preventive maintenance inspections (PMI) on each device to be performed in the month of July on a day and time mutually agreeable between the contractor, the using service, and Contracting Officer's Technical Representative (COTR). The scheduling of PMI will be coordinated between the contractor, the using service, and Biomedical Section Manager. The inspection is to be scheduled at least five (5) days in advance with the COTR. PMI's will be performed in accordance with manufacturer's instructions 4. Statutory Authority/Authority Cited The basis of this JOFOC is the criteria implemented in the Federal Acquisition Regulation (FAR) Part 6.302-5, Only one responsible source and no other supplies or services will satisfy agency requirements. (a) Authority. (1) Citations: 41 U.S.C. 253(c)(5). (2) When the supplies or services required by the agency are available from only one responsible source, or, for DOD, NASA, and the Coast Guard, from only one or a limited number of responsible sources, and no other type of supplies or services will satisfy agency requirements, full and open competition need not be provided for. 5. Reason for Authority Cited The reason for citing FAR Part 6.302-5 as the statutory authority for this JOFOC is that it is appropriate in this situation where the agency's needs could only be satisfied by the unique supplies/services available through Energy Enterprise Inc. Application. This authority shall be used, if appropriate, in preference to the authority in 6.302- 7; it shall not be used when any of the other circumstances is applicable. Use of this authority may be appropriate in situations such as the following (these examples are not intended to be all inclusive and do not constitute authority in and of themselves): (1) When there is a reasonable basis to conclude that the agency's minimum needs can only be satisfied by- (i) Unique supplies or services available from only one source or only one supplier with unique capabilities; 6. Demonstrate Proposed Contractor's Unique Qualifications. This equipment purchase is a logical follow on purchase to upgrade the existing system. Additionally, there are no known third party vendors offering this services. Additionally, this vendor has proven to be a responsible company maintaining a current CCR and the D&B SQR indicates a 1 risk rating which is excellent. 7. Sources Sought Efforts. The agency has done a market survey using the FSS Schedule sources, general searches over the Internet, and CCR database for similar manufacturers. One large company ACCO Engineered System, Inc replied to the sources sought in GSA. This requirement as noted above no other potential sources have been found for the system upgrade. Though there are numerous vendors listed under the applicable NAICS code (811219). A synopsis of the requirement utilizing the FBO database, IAW FAR Part 5, will be issued to allow time for other potential sources to be identified. 8. Determination of Fair/Reasonable Price. The pricing for this open market purchase price is expected to be fair and reasonable based on past cost experience with this vendor. Contracting Office Address: Department of Veterans: VISN 7 Network Contracting Activity,VAMC, Augusta, GA 30904 Point of Contact(s): Iridious T. Ruise Contracting Officer 706-733-0188 X 1130 Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AuVAMC/VAMCCO80220/VA24710RP0288/listing.html)
 
Record
SN02251882-W 20100825/100823235832-c71f74f3065c58b037d2fd9ee29095a8 (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.