Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 23, 2016 FBO #5448
DOCUMENT

Z -- 583-17-1-663-0082 Repair Wing Underground ND-10/17/2016 - Attachment

Notice Date
10/21/2016
 
Notice Type
Attachment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
 
ZIP Code
46240
 
Solicitation Number
VA25017R0035
 
Response Due
10/21/2016
 
Archive Date
1/28/2017
 
Point of Contact
Carol R Lewis
 
E-Mail Address
8-1533<br
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs Network Contracting Office 10 8888 Keystone Crossing, Ste. 1100 Indianapolis, IN 46240 JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION: SOLE SOURCE ACQUISITION OF REPAIR LEAKING FUEL LINES 1. This document constitutes justification and approval for other than full and open competition for the acquisition described herein, under the authority of FAR 6.302-2. It is executed on behalf of Network Contracting Office 10, Indianapolis, Indiana. 2. Nature and description of action being approved. The Network 10 Contracting Office proposes to procure by means of other than full and open competition a contractor to provide all necessary labor, parts, material, equipment, etc. to repair leaking fuel lines which is causing an urgent and compelling environmental concern. 3. Description of supplies or services required to meet the Agency s needs. INCLUDED SERVICES: Contractor shall establish a temporary fuel (500-1000 gallon capacity) and tie lines in to building penetration while work is being performed. Contractor shall provide diesel fuel and fill the temporary tank to at least 90% of the capacity of the temporary tank provided. Contractor shall follow all IDEM requirements including all additional Well Field area requirements. Contractor shall assist ATC (Reporting Contractor) with obtaining soil samples and properly dispose of contaminated soil and debris as well as provide a manifest log for waste disposal.. Contractor shall perform private utility locate. Mobilize all necessary equipment to the site. Contractor shall saw cut areas necessary and backfill clean granular fill. Contractor shall also remove, recycle and re-pour/replace concrete. Concrete shall be of like conditions to the surrounding concrete. Contractor shall install new, above ground piping in PVC containment and provide 4 new piping sensors. Contractor shall remove and dispose of trench spoils. Contractor shall provide a new transition sump Contractor shall provide and install crossover steps. Contractor shall perform a line test on section of replaced pipe to provide passing line test results Contractor shall understand that this contract is subject to Davis-Bacon prevailing wages. Additional work may include: 1. Include in bid to remove up to 10 tons of impacted soil. Should there be any additional impacted soil beyond 10 tons an equitable adjustment shall be added via contract modification. The contractor s price per ton for modification purposes should it be necessary is $__________ per ton (funds for any modification need to first be obtained prior to authorizing any additional impacted soil removal). 2. Include in bid to remove up to 5 each 55 gallon drums of impacted water. Should there be any additional impacted water beyond 5 each 55 gallon drums an equitable adjustment shall be added via contract modification. The contractor s price per 55 gallon drum for modification purposes should it be necessary is $__________ per 55 gallon drum (funds for any modification need to first be obtained prior to authorizing any additional impacted water removal). 3. This scope only includes replacement of lines from gen building to embankment containment pan. 4. Identification of statutory authority permitting other than full and open competition. a. FAR 6.302-2, Unusual and compelling urgency b. 10 USC 2304(c)(2) 5. Demonstrate that the nature of the acquisition requires use of the authority cited. The statutory authority cited is FAR 6.302-2, unusual and compelling urgency, is necessary as delay in award of this contract would result in serious injury, financial or other, to the government due to the leaking fuel lines having contaminated the surround soil and water and needs to be remediated without delay. Further environmental damage has to be contained and the faulty fuel lines replaced at the Richard L. Roudebush VA Medical Center, Indianapolis, Indiana. 6. Description of efforts made to ensure that offers are solicited from as many potential sources as is practicable, including whether a FBO notice was or will be publicized as required by Subpart 5.2, and if not which exception under 5.202 applies. Due to urgency, a short list of potential contractors was not developed. Only one contractor with a proven record of timely and satisfactory performance for previous similar work with the medical center was contacted. They are able to mobilize immediately and are an experienced remediation contractor. In accordance with FAR 5.202 (a)(12) a synopsis was not required. 7. Determination by the contracting officer that the anticipated cost to the government for the proposed acquisitions will be fair and reasonable. An independent government estimate has been prepared and will be compared to the contractor s proposal. 8. Description of market survey conducted and the results or a statement of the reasons that a market survey was not conducted. A market survey was not conducted due to urgency involved. A short list of contractors capable of performing based on past experience with the Network Contracting Office 10 was not developed as stated in paragraph 6. 9. Any other facts supporting the use of other than full and open competition. The statutory authority cited is FAR 6.302-2, unusual and compelling urgency, is necessary as delay in award of this contract would result in serious injury, financial or other, to the government. 10. A listing of the sources, if any, that expressed, in writing, an interest in the procurement. Hoosier Equipment was able to provide a quote and have the parts and availability to make the necessary emergency repairs. 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. The urgency of accomplishing the work required is to remediate the contaminated soils and water and also to replace the broken fuel lines. Hoosier Equipment was the first to respond to our request and was the only vendor available to make emergency repairs. 12. Statement of delivery requirements. Due to the urgency of this requirement, work must commence immediately to ensure the safety of personnel. TECHNICAL AND REQUIREMENTS CERTIFICATION I certify that the facts and representations under my cognizance which are included in this justification and which form a basis for this justification are complete and accurate. CONTRACTING OFFICER CERTIFICATION I certify that this justification is accurate and complete to the best of my knowledge and belief. Carol R. Lewis, Contract Specialist Network Contracting Office 10 10/21/2016 ___________________________________________________________________________ Name and Title Office Phone Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25017R0035/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-R-0035 VA250-17-R-0035_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3068603&FileName=VA250-17-R-0035-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3068603&FileName=VA250-17-R-0035-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Richard L. Roudebush VA Medical Center;1481 West 10th Street;Indianapolis;IN
Zip Code: 46202
 
Record
SN04310134-W 20161023/161021233911-12029f3a5be2e1d7a9ac6bc893820a0d (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.