DOCUMENT
Z -- 657-10-101JC REPLACE WINDOWS - Justification and Approval (J&A)
- Notice Date
- 9/9/2010
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA25510RP0485
- Archive Date
- 10/1/2010
- Point of Contact
- BILLIE JO CHERICO
- E-Mail Address
-
BILLIE.CHERICO@VA.GOV
(BILLIE.CHERICO@VA.GOV)
- Small Business Set-Aside
- N/A
- Award Number
- VA255-C-1588
- Award Date
- 9/10/2010
- 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 657-10-141- FCA - Abate Soil Containing Asbestos, Sub-Basement, Building 1 (Containment Area) 4.Identification of Statutory Authority (X) 41 U.S.C. 253 (c) (5) Authorized or Required by Statute (Public Law 109-461) Sole Source awards under the Veterans Benefits Act of 2003 (15 U.S.C. 657(f) and 38 U.S.C. 8127(c ). The estimated dollar amount is: (1) over the SAP Threshold; (2) under $5 Million; and (3) under the SBA Small Business Threshold of $14.0 Million. On that basis, this project is a good candidate for a SDVOSB Sole-Source as authorized by the "Veterans First" Contracting Program (Ref: IL 07-08). 5.Demonstration that the contractor's unique qualifications or the nature of the acquisition requires use of the authority cited. Intent is to negotiate a sole source contract with Guarantee Interiors, Inc., 2914 Locust, St. Louis, MO 63103. The project is to construct a containment facility for asbestos abatement. Project 657-CSI-332, Site Prep Addition for New MRI Unit, B-1, JC was a SDVOSB set-aside contract awarded to Guarantee Interiors, Inc. Asbestos abatement work is included as a part of this contract. The contractor already has abatement work underway in the vicinity of the area specified under project 657-10-141JC. Due to mechanical infrastructure being located in the sub-basement of B-1, JC, abatement is required to allow VA employees and contractors to a work in an environment free of asbestos. Guarantee, who is already on-site, can install the containment under a VA certified developed remediation program located in the pipe crawl space located under Rooms A001 and A001A. The cost would be less and performance would be more expeditiously completed rather than soliciting for such work from other SBVOSB contractors. Also, the government is against having two construction contractors working in the same area at the same time. The work specified under project 657-10-141JC must be done as an emergency procurement in order to not delay new foundation work specified under project 657-CSI-332. Guarantee is a SDVOSB in good standing. 6.Efforts made to ensure that offers are solicited from as many potential sources as practical: Authorized by Public Law 109-461, and subsequent to Department of Veteran Affairs implementation guidance located in department Information Letter 049-07-08. 7.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. The resulting Price Negotiation Memorandum (PNM) will document this for the contract file. 8.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 Guarantee Interiors, Inc. of St. Louis, MO. The firm has been in business for many years, and has successfully provided construction services to the VAMC, at St. Louis, on numerous other projects, and are currently working in that specific area. They have adequate bonding capability for a project of this size. The Contracting Officer has confirmed the contractor's experience and capability. 9.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 10.Sources expressing an interest: None, other than the Sole-Source identified above. 11. Actions, if any, being taken to remove barriers to full and open competition: N/A (Authorized by Public Law 109-461) 12. 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. __/signed____________________________ 23 February 2010 BILLIE JO CHERICODate Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25510RP0485/listing.html)
- Document(s)
- Justification and Approval (J&A)
- File Name: VA255-C-1588 VA255-C-1588_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=152950&FileName=VA255-C-1588-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=152950&FileName=VA255-C-1588-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-C-1588 VA255-C-1588_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=152950&FileName=VA255-C-1588-000.doc)
- Record
- SN02275008-W 20100911/100910000036-27046a5bcf1328966a5ee7b301b0165f (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 |