DOCUMENT
N -- Provide and Install Talk- a-Phone Emergency Tower-695 - Attachment
- Notice Date
- 8/18/2017
- Notice Type
- Attachment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101; WI 53214-1476
- ZIP Code
- 53214-1476
- Solicitation Number
- VA69D17Q1377
- Archive Date
- 9/17/2017
- Point of Contact
- Lori Eastmead
- E-Mail Address
-
Email
(Lori.Eastmead@va.gov)
- Small Business Set-Aside
- N/A
- Award Number
- VA69D-17-C-0234
- Award Date
- 8/18/2017
- Awardee
- JOHNSON CONTROLS, INC.;507 E MICHIGAN ST M-93;MILWAUKEE;WI;53202
- Award Amount
- 97,655.00
- Description
- Page 3 of 3 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>$150K) Acquisition Plan Action ID:VA69D-17-AP-4184 Contracting Activity: Department of Veterans Affairs, VISN 12, Great Lakes Acquisition Center, 115 South 84th Street, Suite 101, Milwaukee, WI 53214-1476. Purchase request 695-17-2-6653-0010. Nature and/or Description of the Action Being Processed: This is a limited sources justification for a new firm-fixed price contract in accordance with FAR 13, Simplified Acquisition Procedures, for a one-time service to install an emergency notification tower in the parking area for Community Living Center (CLC) buildings 146, 147 and 148 of the Milwaukee VA Medical Center grounds. Description of Supplies/Services Required to Meet the Agency s Needs: The contractor shall provide all management, labor, equipment, supplies, etc., to complete the installation of the emergency notification tower with pole base and camera to be integrated into the already existing security system for the Milwaukee VA Medical Center currently being supported by task order VA69D-16-F-4795. Total estimated value is $97,655.00. The period of performance is from time of contract award to October 31, 2017. Statutory Authority Permitting Other than Full and Open Competition: ( X ) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per FAR 6.302-1; Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): The medical center currently has 12 emergency towers spread throughout remote locations. The towers must be compatible and interoperable with the current security system. The current security system has hundreds of separate components fed in by the P2000 hub. No other vendor has the capability of repairing/servicing the hub. Server upgrades are pushed from Johnson controls and due to proprietary software, Johnson Controls will not allow another vendor to work on their system. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: Several attempts were made for soliciting other potential vendors. An upgrade was done on the system in June 2017, an intent to sole source (VA69D-17-N-0953) was posted to FBO and no other vendors replied other than the newly merged Tyco personnel now working with Johnson controls. The base security contract was awarded as a sole source because no other vendors could service the P2000 hub that regulates the security system currently installed. Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: Components of the service include GSA pricing and other materials and labor are open market pricing. The Contracting Officer will request discounted pricing of both GSA and open market materials and services. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: An intent to sole source (VA69D-17-Q-1377) was posted to FBO from 7/11/17 to 7/20/17. Additional market research was not conducted due to the proprietary P2000 system. Any Other Facts Supporting the Use of Other than Full and Open Competition: Johnson Controls proprietary system must integrate with all the existing emergency towers currently on station and working through the P2000 system. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Johnson Controls expressed interest in the procurement through a quote received during the customer s market research. 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: To remove or overcome barriers to competition, the VA would have to install a whole new system which would not be economically advisable and not in the Government s best interest. Due to proprietary rights of security infrastructure vendors limit access to their systems to maintain integrity therefore, no actions are planned at this time for competition. 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. _____________________________ ________________________ Kevin Baier Date Facility Contract Coordinator Milwaukee VA Medical Center Approvals in accordance with the VHAPM, Volume 6, Chapter VI: OFOC SOP. Contracting Officer or Designee s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ Lori Eastmead Date Contracting officer Great Lakes Acquisition Center (GLAC) Director of Contracting /Designee (Required over$150K but not exceeding $700K): I certify the justification meets requirements for other than full and open competition. _____________________________ ________________________ Scott Ivy Date Branch Chief GLAC, NCO 12
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/Awards/VA69D-17-C-0234.html)
- Document(s)
- Attachment
- File Name: VA69D-17-Q-1377 VA69D-17-Q-1377_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3742315&FileName=VA69D-17-Q-1377-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3742315&FileName=VA69D-17-Q-1377-001.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-17-Q-1377 VA69D-17-Q-1377_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3742315&FileName=VA69D-17-Q-1377-001.docx)
- Record
- SN04636743-W 20170820/170818232149-23a9452946f84f53c11d2aac4b645baf (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 |