DOCUMENT
Z -- VA69D-16-D-0017 - IDIQ Mini-JOC Contract - Troop - Attachment
- Notice Date
- 11/4/2015
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D16R0115
- Archive Date
- 12/4/2015
- Point of Contact
- Mark Graveline
- E-Mail Address
-
raveline@va.gov<br
- Small Business Set-Aside
- N/A
- Award Number
- VA69D-16-D-0017
- Award Date
- 11/4/2015
- Awardee
- TROOP CONTRACTING, INC.;648 EXEC DR;WILLOWBROOK;IL;60527
- Award Amount
- 500,000.00
- Description
- DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>$150K) 1.Contracting Activity: Department of Veterans Affairs Network Contract Office 12, NCO 12 Great Lakes Acquisition Center 115 South 84th Street, Suite 101 Milwaukee, WI 53214-1476 2.Nature and/or Description of the Action Being Processed: Edward Hines Jr. VA Hospital, Hines, Illinois has a need for a new Indefinite Delivery-Indefinite Quantity (IDIQ) contract to award NRM and station level construction projects. Task Orders awarded under the IDIQ will be awarded as firm-fixed price actions. The period of performance will be one year and the contract will have a Not-to-Exceed amount of $500,000.00. Task Orders will be issued between $2,500.00 and $500,000.00 For this new requirement, NCO 12 proposes to establish a firm fixed price contract with Troop Contracting Inc., a Center for Enterprise (CVE) Service Disabled Veteran Owned Small Business (SDVOSB) under the Statutory Authority Permitting Other than Full and Open Competition FAR 6.302-5. P. L. 109-461 by a Request for Proposal RFP under FAR Part 15. 3.Description of Supplies/Services Required to Meet Agency Needs: The VA Medical Center has a requirement for NRM and station level projects for various types of work including but not limited to, carpentry, roofing, interior renovation, mechanical, electrical, plumbing, demolition, masonry, fire protection, telecommunications, and HVAC. Required Delivery Date: ASAP-The facility has numerous projects that must be awarded. The most recent construction IDIQ contract has a remaining capacity of $264,727.11. A replacement, $10M construction MATOC contract is in the planning phase with award planned for FY-2016. In the interim, the station only has one construction IDIQ contract vehicle in place. This sole source IDIQ to Troop Contracting is intended to bridge the gap between now and when the MATOC is awarded. The station already has seven NRM and twenty station level projects on the FY 2016 NRM spend plan that are planned to be awarded under this IDIQ. 4.Statutory Authority Permitting Other than Full and Open Competition: In accordance with 41 USC §3304(a)(1) as implemented by FAR 6.302-1: (X) FAR 6.302-5: Authorized or Required by Statute 5. Demonstr ation that the C ontr ac tor's Unique Qualificati ons or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Public Law 109-461 and VAAR 819.7007 allows a contracting officer to make a sole source award as a business decision within the business discretion of the contracting officer. Although Troop Contracting is not the only SDVOSB contractor, it has been determined in the best interest of the government to award this contractor an IDIQ contract in order to meet NRM award goals and any other emergency task orders that may come up between now and September 2016. Troop Contracting Inc. is registered as a CVE verified SDVOSB in VetBiz. They have performed well on their most recent contracts at FHCC and Hines as well as their IDIQ contract with the 88TH USARC, and their stand-alone contracts at Downers Grove Grade School, Adler Planetarium, and Green Hills Public Library. 6.Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: There were no other vendors considered, as it is in the best interest of the Government to award this project as a sole source award and is authorized by statute, VAAR Part 819.7007 and 819.7008 Sole Source Awards to SDVOSB and FAR 6.302. The anticipated award price of the contract will exceed the simplified acquisition threshold (as defined in section 4 of the Office of Federal Procurement Policy Act (41 U.S.C. 403)) but will not exceed $500,000.00. 7.Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: An Independent Government Estimate (IGE) will be prepared for each task order. A detailed cost breakdown will be provided by the contractor. The Government will perform price analysis of each task order. Costs will be evaluated to determine that the proposed price is fair and reasonable and reflects reasonable value. Historical costs will also be utilized. 8.Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: A search utilizing NAICS code 236220 was conducted to determine if other qualified CVE SDVOSB contractors would be able to meet the needs of this project. The VET Biz Registry - https://www.vip.vetbiz.gov/ website was utilized. The search resulted in the identification of 1177 CVE SDVOSB companies of which 75 were located in Illinois, Wisconsin and Michigan. A further review of recent bid openings for VISN 12 solicitations indicated that between 6-12 CVE SDVOSB have submitted offers. Although there are other CVE SDVOSB listed under the applicable NAICS code, it is the contracting officer's determination that it is in the best interest of the Government to procure the construction services as a sole-source procurement. Troop Contracting's office is only 14.37 miles away from the Hines VA Campus so mobilization costs would be minimal. They have worked previous contracts and are familiar with the Hines various systems and utilities. The close proximity and previous experience are expected to save the government the time and cost of mobilizing a new contractor. They also have current JOC projects for the 88th RSC (US Army Reserve) at the Forest Park USARC, which is only two blocks from the Hines VA Campus. Having their resources so close would further reduce mobilization time and expense. 9.Any Other Facts Supporting the Use of Other than Full and Open Competition: Troop Contracting is ready to mobilize upon award of a contract and has completed other projects at the Hines VA facility. They provided exceptional service at a fair and reasonable price. 10.Listing of Sources 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 Making subsequent acquisitions for the supplies or services required: None 12.Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief. 13.Approvals in accordance with the VHAPM, Volume 6, Chapter VI: OFOC SOP. a.Contracting Officer's Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Digitally signed by mark a graveline 525746 DN: dc=gov, dc=va, o=internal, ou=people, 0.9.2342.19200300.100.1.1=mark.graveline@va.gov, cn=mark a graveline 525746 Reason: I agree to specified portions of this document. Location: 031740 Date: 2015.11.01 13:10:24 -06'00' 10/20/2015 Mark GravelineDate Contracting Officer NCO 12 b. Director of Contracting /Designee (Required $150K and above): I certify the justification meets requirements for other than full and open competition. Jeffrey C Digitally signed by Jeffrey C Gerbensky 272715 DN: dc=gov, dc=va, o=internal, ou=people, 0.9.2342.19200300.100.1.1=jeffrey.gerbensky@va.gov, cn=Jeffrey C Gerbensky 272715 Reason: I agree to specified portions of this document. Date: 2015.11.03 10:12:52 -06'00' 10/20/2015 Jeff Gerbensky, Southern Tier Branch ChiefDate NCO/PCO 12 Director of Contracting Designee Great Lakes Acquisition Center, Milwaukee, WI
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/Awards/VA69D-16-D-0017.html)
- Document(s)
- Attachment
- File Name: VA69D-16-D-0017 VA69D-16-D-0017_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2403913&FileName=VA69D-16-D-0017-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2403913&FileName=VA69D-16-D-0017-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-16-D-0017 VA69D-16-D-0017_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2403913&FileName=VA69D-16-D-0017-000.docx)
- Record
- SN03937595-W 20151106/151104234638-21f080a4a3e48270bb65d6e9b30aa39a (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 |